PRESOLICITATION NOTICE
58 -- TRANSDUCER REPAIR
- Notice Date
- 12/3/2001
- Notice Type
- Presolicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- DTCG40-02-Q-MF010
- Response Due
- 12/11/2001
- Archive Date
- 12/26/2001
- Point of Contact
- Valerie Black, Purchasing Agent, Phone 410-762-6501, Fax 410-762-6008 - James McGuirk, Contracting Officer, Phone 410-762-6486, Fax 410-762-6056
- E-Mail Address
-
vblack@elcbalt.uscg.mil, jmcguirk@elcbalt.uscg.mil
- Description
- This is a combined synopsis/solicitation for the repair of a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ) DTCG40-02-Q-MF010. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) is 811213. The size standard is $5.0 million. Contractor to provide all labor and materials required to repair: NSN 5845-01-130-3490 TRANSDUCER DSN450 M95233S, REPAIR OF OCEAN DATA EQUIPMENT,TRANSDUCER ASSEMBLY FOR THE DSN-450 DOPPLER SPPED LOG. NON ODEC TRANSDUCER CRYSTALS AND TRANSDUCER FACE PLATE TO BE CHANGED TO EPOXY TYPE FACE PLATE. TRANSDUCER ASSEMBLY TO BE EQUIPPED WITH 50 FT CABLE. OCEAN DATA EQUIPMENT P/N: G152928-4 i.a.w. Coast Guard ELC Spec #R-400-0299 Rev G. QTY 5 each. REQUIRED DELIVERY within 30 days after receipt of equipment, partial deliveries acceptable. Delivery exceeding the required delivery date will be considered, please be specific. Items to be delivered to USCG ELC, Warehouse Annex, 6751 Alexander Bell Drive, Columbia, MD 21046 All prices are to be FOB Destination. The following Subpart 12 provisions and clauses are incorporated by reference: 52.212-1 Instructions to Offerors Commercial Item (Oct 2000) 52.212-2 Evaluation-Commercial Item. Any resulting award will be based on price and price related factors. 52.212-3 Offerors Representations and Certifications Commercial Item (JAN 2001). The date stayed indefinitely, please use provision date below (APR 2001). The offeror shall submit completed representations and certification with their offer. Offerors that do not have access (www.arnet.gov) to these certifications may request a copy from the point of contact. Also, FAR 52.212-4, Contract Terms and Conditions-Commercial Items are incorporated, and FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (May 2001). The following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.221-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-25, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, Alternate I, and 52.225-13, Restriction on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer- Other Than Central Contractor Registration, 52.222-41, Service Contract Act of 1965, As Amended, 52.222-42, Statement of Equivalent Rates for Federal Hires, i.e. Electronics Technician @ $28.36 per hour. The actual wage and determination will be incorporated at time of award. 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. Items shall be preserved, packaged and marked in accordance with the specification requirements and bar coded in accordance with TAR Clause 1252.211-90. PLEASE INDICATE WHETHER YOU WILL OR WILL NOT BE ABLE TO MEET THESE REQUIREMENTS. Procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit a quote in accordance with their standard commercial practices (e.g. on company letter head, formal quote form, and etc. but must include the following information: (1) Company complete mailing and remittance address (2) Dun & Bradstreet number (DUNS); (3) Taxpayer ID number (TIN); (4) Representations & Certifications (5) availability of goods or services. Responses to this quotation may be faxed to V. Black at (410) 762-6056, or mailed to USCG ELC, 2401 Hawkins Point Rd, Baltimore, MD 21226, MS 99 not later than 3:00 p.m. local time on 11/19/01. ALL QUESTIONS ARE TO BE FAXED TO (410) 762-6056. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)!. The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. See Numbered note 22.
- Record
- SN20011203/00000120-011207172352 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |