Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2010 FBO #3088
SOLICITATION NOTICE

28 -- Various Engine Parts - SP-PP&M-001, Rev D

Notice Date
5/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-30091
 
Archive Date
6/1/2010
 
Point of Contact
Toni Cheek,
 
E-Mail Address
Toni.J.Cheek@uscg.mil
(Toni.J.Cheek@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SP-PP&M-001, Rev D The USCG Surface Forces Logistics Center has a requirement to procure the following items. Offers may be submitted via email and must include the following information: (1) 3010-01-077-4426, Coupling, Flexible-A, Part Number 16101649, Qty 05 SE. Descriptive Data: Coupling disc, Used on 378' WHEC Fairbanks Morse 38TD8-1/8AR3 opposed piston main diesel engines. Item is only available as a set; one (01) set equals six (06) each of this item. When item is requisitioned vendor will provide price per each and not set. Final price needs to reflect cost of each set. At a minimum each item of the set shall be individually preserved and packaged then the set of six individual items shall be packed together as a set in the shipping container which shall consist of a heavy duty commercial grade box/crate, totally enclosed, with internal or external bracing. Blocking or additional packing material and adequate strapping shall be incorporated to prevent the items from movement during multiple shipments. Requested Delivery Date: 08/05/10 (2) 2815-01-572-0560, Piston, Interlock Rev, Part Number 16200654, Qty 02 EA. Descriptive Data: The piston, interlock rev is illustrated in TP 3254A and is item # 64. Requested Delivery Date: 08/30/10 (3) 3020-01-227-5162, Gear, Set, Helical, Ma, Part Number 16604917, Qty 02 EA. Descriptive Data: This item is the lube oil pump impeller (gear set helical, matched set) for the Fairbanks Morse main diesel engines onboard the 378' WHEC. Requested Delivery Date: 08/30/10 (4) 2815-01-570-0470, Cylinder, Rev Internal, Part Number 16400161, Qty 02 EA. Descriptive Data: Cylinder, Rev Interlock for the main diesel engine onboard the 378 WHEC. Requested Delivery Date: 08/30/10 (5) 2910-00-874-7226, Pump, Fuel Injection, Part Number 16611017, Qty 24 EA. Descriptive Data: This item is the "new style post fram" gasket less fuel injection pump for the Fairbanks Morse 38TD8 1/8AR4 opposed piston main diesel engine onboard the 378' WHEC. At a minimum the shipping container shall consist of a box constructed of plywood, totally enclosed, with internal or external bracing. Wooden blocking shall be incorporated to prevent this item from movement during multiple shipments. Item shall have a minimum of 1" cushioning material completely surrounding it prior to placing it in the wooden shipping container. Requested Delivery Date: 11/02/10 (6) 2815-01-558-3419, Damper, Pendulum, (Lower), Part Number 16702007, Qty 17 EA. Descriptive Data: Used on main propulsion diesel engines onboard the 378' WHEC. Requested Delivery Date: 08/01/10 (7) 3120-01-433-5804, Bearing, Sleeve, Part Number 16102192, Qty 10 EA. Descriptive Data: Bearing Sleeve is part of the flexible drive that attaches to the main crank of the 3800 8-1/8 main engine. Piece 5, on DWG 16 400 566 Rev 1. Requested Delivery Date: 08/30/10 All items on this request for quote shall be individually packed and marked individually as per attached specification SP-PP&M-001, Rev D. Dated 10/1/00. Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Delivery address is USCG Surface Forces Logistics Center, Receiving Room, Bldg 88A, 2401 Hawkins Point Road, Baltimore, MD 21226. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. DELIVERY SCHEDULE - delivery is desired as soon as possible, partial shipments will be accepted. Please provide your proposed delivery here: _________________________________ This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-40 (Mar 2010), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _333618_ and the Small Business Size Standard is _1000_. This is an unrestricted procurement; all responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for component parts for parts for Fairbanks Morse opposed piston diesel engines (3800 8-1/8, 38TD8-1/8AR3 as notated in item descriptions above) onboard 378' WHEC class cutters. The Form, Fit and Function of these parts must be exactly compatible with the existing Fairbanks Morse diesel engines and is critical to the safe operation of these cutters in extreme polar environments. It is the government's belief that only Fairbanks-Morse, or authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to Fairbanks-Morse and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors. However, other potential sources having the expertise and required capabilities to manufacture these parts to OEM specifications are invited and encouraged to submit proposals. The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. FAR 52.212-2 EVALUATION - Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: (a) Technical (Must supply genuine OEM parts) (b) Past Performance information as noted above (c) Price Technical and Past performance, when combined are significantly more important than cost or price. The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these clauses electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote or provide notice of registration at http://orca.bpn.gov. The following FAR Clauses apply to this solicitation: Offerors may obtain full text versions of these clauses electronically at www.arnet.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with its Alternate 1 (Oct 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.225-1, Buy American Act (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _19 May 2010_, at _4:00_ p.m. Eastern Standard Time. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather filing a protest with the GAO or some external forum. Interested Parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. INFORMAL FORUM WITH THE OMBUDSMAN. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting officer, and solicitation closing date (if applicable). FORMAL AGENCY PROTEST WITH THE OMBUDSMAN: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protests to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-30091/listing.html)
 
Record
SN02143472-W 20100509/100507234503-101646401927aa6bc2abad36fbc61945 (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.