Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

24 -- ASSESSORY CAB

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
2109409hap146
 
Archive Date
9/4/2009
 
Point of Contact
Patricia R. Johnson, Phone: 410-762-6493, Cecelia E Whitehead, Phone: 410-762-6495
 
E-Mail Address
patricia.r.johnson@uscg.mil, Cecelia.J.Whitehead@uscg.mil
(patricia.r.johnson@uscg.mil, Cecelia.J.Whitehead@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR)(www.bpn.gov). The proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only “BRAND NAME. “ It is anticipated that a non-competitive sole source purchase order will be issued for this item to be NACCO MATERIAL HANDLING GROUP INC. or one of its authorized dealers/distributors can furnish the required parts to ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the below items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than NACCO parts are required to submit the following information: 1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) data that the offered parts have been satisfactorily manufacture red for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. All proposals received within 5 days after date of publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. Quotations shall included, proposed delivery in days, pricing for items individually packaged, marked and bar coded, and the company’s Tax Identification number and Duns Number. Quotations shall be received no later than 8/22/09. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. This Purchase Order will be a Firm-Fixed Price order with the following line item structure. 1. Vendor to supply and install brand new accessory cab on existing equipment. Cab includes windows, heater, wipers, defroster, all electric, and wiring, strobe and drive lights. Cab must be UL rated and must have certificate or conformity. NACCO Part No. 67602166513882. (Qty 1 each). 2. Vendor to supply and install brand new accessory side shifting fork positioner, include all hoses to attachment to mast, cylinders, fork cradles and adjustments, Must be ISO certified product and must have certificate of conformity. NACCO Part No. 25809056297777, (Qty 1 each). 3. Vendor to supply and install 4th function on existing hydraulic valve and install 4th function mast header hoses to accommodate new side shifting fork positioner. Must be ISO Certified and must have certificate of conformity. Nacco Part no. 645187345527893, (Qty 1 each). 4. Installation charges/ for all projects. (1 each). This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2005-33, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). 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); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUN 2009). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004);52.219-28, Post Award Small Business Program Rerepresentation (April 2009) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (JUNE 2003); 52.222.19, Child Labor –Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). 52.225-5, Trade Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2109409hap146/listing.html)
 
Place of Performance
Address: 1400 SULLIVAN DR, GREENVILLE, North Carolina, 27834, United States
Zip Code: 27834
 
Record
SN01907181-W 20090813/090812000639-d3e2d7f6c59b0c06e33d38dc21b88b42 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.