SOLICITATION NOTICE
28 -- Caterpillar engine parts
- Notice Date
- 6/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-40115
- Archive Date
- 7/23/2009
- Point of Contact
- Stefanie W Schmitz, Phone: 410-762-6445
- E-Mail Address
-
Stefanie.W.Schmitz@uscg.mil
(Stefanie.W.Schmitz@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- (i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii)Solicitation number HSCG40-09-Q-40115 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. (iv)The North American Industry Classification System (NAICS) code is 333618 and the business size standard is 1,000 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract on the basis of other than full and open competition. The USCG will negotiate and award only to Caterpillar, the Original Equipment Manufacturer (OEM) and/or their authorized parts distributors. NOTE: Substitute parts are not acceptable. It is the Government’s belief that only Caterpillar and/or their authorized parts distributors can provide the below parts. Caterpillar specifications are proprietary in nature and the Coast Guard has not purchased these proprietary rights. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate bona fide capability to meet the requirements. The submission of this data shall not impede award of this contract. The Government does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. (v)ITEM 0001, ROD BEARING, PN 4P-6125, MANUFACTURER: CATERPILLAR, Quantity: 16 EA, Desired Delivery Date: 7/1/09; ITEM 0002, PISTON, PN 241-4949, MANUFACTURER: CATERPILLAR. Quantity 16 EA, Desired Delivery Date: 7/1/09; ITEM 0003, CONN ROD, PN OR-3282, MANUFACTURER: CATERPILLAR. Quantity 16 EA, Desired Delivery Date: 7/1/09; ITEM 0004, DAMPER, PN OR-7852, MANUFACTURER: CATERPILLAR. Quantity 2 EA, Desired Delivery Date: 7/1/09; ITEM 0005, O-RING, PN 614-545, MANUFACTURER: CATERPILLAR. Quantity 16 EA, Desired Delivery Date: 7/1/09; ITEM 0006, NSN 2815 01-457-0425 CYLINDER LINER, PN 179-3167, MANUFACTURER: CATERPILLAR. Quantity 16 EA, Desired Delivery Date: 7/1/09; ITEM 0007, NSN 5331 01-351-3543 LINER SEAL, PN 1W-0118, MANUFACTURER: CATERPILLAR. Quantity 48 EA, Desired Delivery Date: 7/1/09; ITEM 0008, NSN 5331 01-351-3542 LINER SEAL, PN 1W-0115, MANUFACTURER: CATERPILLAR. Quantity: 16 EA, Desired Delivery Date: 7/1/09; ITEM 0009, NSN 2815 01-461-8009 THRUST PLATES, PN 1W-1174, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0010, NSN 3120 01-457-9818 MAIN BEARING, PN 129-4054, CATERPILLAR. Quantity 18 EA, Desired Delivery Date: 7/1/09; ITEM 0011, NSN 5330 01-350-2292 OIL PAN GASKET, PN 4W-4050, MANUFACTURER: CATERPILLAR. Quantity 2 EA, Desired Delivery Date: 7/1/09; ITEM 0012, NSN 5310 01-162-6012 WASHER, PN 4K-0684, MANUFACTURER: CATERPILLAR. Quantity 18 EA, Desired Delivery Date: 7/1/09; ITEM 0013, NSN 5310 01-425-3437 MAIN BEARING NUT, PN 1W-0123, MANUFACTURER: CATERPILLAR. Quantity 36 EA, Desired Delivery Date: 7/1/09; ITEM 0014, NSN 5310 01-425-3620 MAIN BEARING WASHER, PN 1W-0122, MANUFACTURER: CATERPILLAR. Quantity 36 EA, Desired Delivery Date: 7/1/09; ITEM 0015, NSN 5307 01-426-5357 BEARING STUD, PN 1W-0121, MANUFACTURER: CATERPILLAR. Quantity 36 EA, Desired Delivery Date: 7/1/09; ITEM 0016, NSN 5305 01-255-6490 BOLT, PN 3S-7079, MANUFACTURER: CATERPILLAR. Quantity 18 EA, Desired Delivery Date: 7/1/09; ITEM 0017, NSN 2815 01-454-1240 CYLINDER SLEEVE, PN 175-5060, MANUFACTURER: CATERPILLAR. Quantity 16 EA, Desired Delivery Date: 7/1/09; ITEM 0018, NSN 5330 01-554-7339 HEAD GASKET KIT, PN 9X-2838, MANUFACTURER: CATERPILLAR. Quantity 32 EA, Desired Delivery Date: 7/1/09; ITEM 0019, NSN 5331 01-350-5349 O-RING, PN 2N-0475, MANUFACTURER: CATERPILLAR. Quantity 32 EA, Desired Delivery Date: 7/1/09; ITEM 0020, NSN 5331 01-351-5544 O-RING, PN 6V-3250, MANUFACTURER: CATERPILLAR. Quantity 20 EA, Desired Delivery Date: 7/1/09; ITEM 0021, NSN 5331 01-483-9446 O-RING, PN 6V-1179, MANUFACTURER: CATERPILLAR. Quantity 64 EA, Desired Delivery Date: 7/1/09; ITEM 0022, NSN 5331 01-469-7607 O-RING, PN 061-9455, MANUFACTURER: CATERPILLAR. Quantity 32 EA, Desired Delivery Date: 7/1/09; ITEM 0023, NSN 5330 00-122-3951 O-RING, PN 4L-8606, MANUFACTURER: CATERPILLAR. Quantity 8 EA, Desired Delivery Date: 7/1/09; ITEM 0024, NSN 5365 00-478-2920 O-RING, PN 9S-4183, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0025, NSN 5331 01-352-8153 O-RING, PN 6V-7702, MANUFACTURER: CATERPILLAR. Quantity 8 EA, Desired Delivery Date: 7/1/09; ITEM 0026, NSN 5331 00-367-5659 O-RING, PN 3P-0656, MANUFACTURER: CATERPILLAR. Quantity 32 EA, Desired Delivery Date: 7/1/09; ITEM 0027, NSN 5331 01-350-5389 O-RING, PN 6V-5068, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0028, NSN 5330 01-331-1602 O-RING, PN 6V-5139, MANUFACTURER: CATERPILLAR. Quantity 8 EA, Desired Delivery Date: 7/1/09; ITEM 0029, NSN 5330 01-413-9540 O-RING, PN 5P-1979, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0030, NSN 5331 00-074-3765 O-RING, PN 2H-6124, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0031, NSN 5325 01-350-8255 RETAINER, PN 1W-4153, MANUFACTURER: CATERPILLAR. Quantity 48 EA, Desired Delivery Date: 7/1/09; ITEM 0032, NSN 4730 01-564-2618 ADAPTER, PN 1W-6917, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0033, NSN 5330 01-570-1119 ADAPTER, PN 123-6256, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0034, NSN 5330 01-528-8828 GASKET, PN 134-5641, MANUFACTURER: CATERPILLAR. Quantity 4 EA, Desired Delivery Date: 7/1/09; ITEM 0035, NSN 5330 01-486-4289 GASKET, PN 134-5643, MANUFACTURER: CATERPILLAR. Quantity 56 EA, Desired Delivery Date: 7/1/09; Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. All material shipped to the U.S. Coast Guard, Engineering Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock Number and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 A.M. and 3.30 P.M. (vii)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. Please quote prices FOB Destination. (viii)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below, and required OEM verification letter. NOTE: OFFERORS SHALL INCLUDE A LETTER FROM THE OEM VERIFYING THAT THE OFFEROR IS AN AUTHORIZED DISTRIBUTOR AND SHALL ADDITIONALLY VERIFY THAT ONLY GENUINE OEM PARTS WILL BE PROVIDED. (ix)52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, Price and Verification Letter from OEM as described above in (viii) are evaluation factors. Submit your proposed delivery schedule by number of weeks ARO for each line item. Failure to meet your delivery schedule may result in an equitable adjustment. This is a commercial item acquisition. Award will be a best value decision and may be made to other than the lowest price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2009). 52.203-6 Restrictions on Subcontractor sales to the Government; 52.219-6 Notice of total small business set aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for special disabled veterans, Veterans of the Vietnam Era, and other eligible veterans; 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-39 Notification of Employee rights concerning union dues or fees; 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii)N/A (xiv)N/A (xv)QUOTES ARE DUE BY COB on June 12, 2009. Quotes may be faxed (410) 762-6008 or emailed to Stefanie.W.Schmitz@uscg.mil. All questions should be submitted in writing to Stefanie.W.Schmitz@uscg.mil. Due to possible fax and email transmission problems it is the contractors responsibility to verify receipt of quote. (xvi)POC is Stefanie Schmitz, Contract Specialist, 410-762-6445.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-40115/listing.html)
- Record
- SN01837837-W 20090607/090605235837-92b63cba957611b4b18b44af88a37436 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |