Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2014 FBO #4667
SOLICITATION NOTICE

28 -- OVERHAUL KIT, ENGINE - HSCG40-14-Q-61676

Notice Date
9/2/2014
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-14-Q-61676
 
Archive Date
10/1/2014
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494, Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil
(kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE JUSTIFICATION parts list sf 1149 The USCG Surface Forces Logistics Center has a requirement to procure the following: 1. NSN 2815-01-LG8-1175, OVERHAUL KIT, ENGINE, 18,000 HOUR, DESIGNED BY CG ENGINE SHOP TO ACCOMMODATE PAXMAN ENGINES OVERHAULED AT THE CG YARD, PARTS LIST INCLUDED IN ATTACHMENT B, EACH KIT MUST INCLUDE A DETAILED PARTS LIST WITH EACH ITEM INCLUDED IN THE KIT. OEM PAXMAN PARTS ONLY. PARTS MUST BE IAW NEW ENGINE SPECIFICATIONS AND PARAMETERS. A WRITTEN STATEMENT OF CERTIFICATION IS REQUIRED STATING THAT ALL PARTS ON THIS CONTRACT ARE MANUFACTURED BY PAXMAN OEM OR UNDER THE EXPRESSED WRITTEN CONSENT OF THE OEM, IAW OEM SPECIFICATIONS AND OEM QUALITY CONTROL PROGRAM. UNDER NO CIRCUMSTANCES WILL THE COAST GUARD ACCEPT PARTS THAT ARE NOT CERTIFIED TO MEET THIS REQUIREMENT. P/N 16Y3J721900 OR P/N USCG 18K KIT MODIFIED, MFG: PAXMAN, QTY 4 KITS All material shipped to all USCG Surface Forces Logistics Center locations must be accompanied by an itemized packing list securely attached to the outside of the package. All packages and packing lists shall cite the Purchase Order Number (when issued after award), vendor name, item part 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. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 71, 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 1,000. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1 the resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only PAXMAN and/or their authorized distributors possess the necessary technical and engineering data to successfully manufacture these item(s). EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value, price and price-related factors. 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 SAM (System of Award Management) and shall provide the company Tax Information Number (TIN) with their offer. Quotations may be submitted via fax or e-mail and must include the following information: Delivery Schedule: Provide your proposed delivery with your quotation. Shipping Cost: FOB Destination pricing is preferred; however, if you cannot bid FOB Destination, you must provide your estimated shipping cost. 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; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items.The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793);); FAR 52.225-1, Buy American Act-Supplies 41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (41 U.S.C. 351, et seq.).; 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.213-3 Notice to Supplier; FAR 52.217-8 Option to Extend Services; FAR 52.232-18 Avail of Funds
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-61676/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN03492356-W 20140904/140903000010-a84f9dea9968798073eab4cd074843ab (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.