SOLICITATION NOTICE
20 -- 20 -Line Cutters
- Notice Date
- 5/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, 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
- DTCG40-03-R-60022
- Response Due
- 6/4/2003
- Archive Date
- 6/19/2003
- Point of Contact
- Andrea Brehon, Contract Specialist, Phone 410-762-6471, Fax 410-762-6056, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
- E-Mail Address
-
abrehon@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
- Description
- 17. The USCG Engineering Logistics Center has a requirement for the following: (1) Line Cutters, Spurs Marine P/N 114, Model No. D-2, Quantity 360 EA; (2) Installation Kits containing 2 EA cobalt drills, 2 EA 3/8? taps, and 2 EA syringes, Tef-Gel, Quantity 360 EA and (3) Spare Parts Kits for Model No. D-2 containing 1 EA extra zinc, 1 EA set of wear bearings and 1 EA set of sound plugs, Quantity 360 EA. These items are to be installed on all 41? UTB Coast Guard Vessels. Packaging shall be as follows: 2 EA Line Cutters, 2 EA Installation Kits and 2 EA Spare Part Kits shall be packed in an individual carton or box; Marking shall be as follows: Clear, Legible, Permanent and in English. Each carton shall be marked with the National Stock Number/Activity Control Number, Item Name, Contract Number, Date of Manufacturer, The Words, ?COAST GUARD ELC MATERIAL?, CONDITION (A), and Quantity & Unit of Issue. A quantity of 160 EA of the carton/boxes shall be marked as follows: 41? UTB LINE CUTTER KIT, ACN 3020-01-F03-0072 and a quantity of 20 EA of the cartons/boxes shall be marked, 41? UTB LINE CUTTER KIT, NSN 2010-01-507-4448. Delivery shall be required 30 calendar days after contract award. Delivery will be F.O.B. Destination to USCG Engineering Logistics Center, Columbia Warehouse Annex, 6751 Alexander Bell Drive, Columbia, MD 21046. It is anticipated that a non-competitive sole-source contract will be awarded to Spurs Marine Manufacturing Company. It is the Government?s belief that only Spurs Marine Manufacturing Company can provide these parts. Technical data and/or drawings pertaining to the parts are not available within the Government and are proprietary to the Original Equipment Manufacturer, Spurs Marine Manufacturing Co. However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 5 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered parts: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. This is a combined synopsis/solicitation for commercial items 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. This solicitation is issued as a Request for Proposal. Offeror?s proposal shall include proposed delivery in days, unit and total prices on each item, Company?s Tax Information Number and Duns Identification Number. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. NAICS code for this solicitation is 331222 and the small business size standard is $1,000.00. 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 (Oct 2000). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) (a) pricing is an evaluation factor. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2002), a completed copy of the clause is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (Feb 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (April 2003). The following clauses listed in FAR 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52-222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);52.222-19 , Child Labor-Cooperation with Authorities and Remedies (E.O.13126); 52.225-1, Buy American Act ?Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). See Numbered Note 22. All responsible sources may submit a bid which shall be considered by the agency. 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. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
- Record
- SN00329237-W 20030523/030521213110 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |