SOLICITATION NOTICE
20 -- Mobile Generator
- Notice Date
- 9/10/2003
- 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-60035
- Response Due
- 9/3/2003
- Archive Date
- 10/2/2003
- Point of Contact
- Carol Dreszer, Contract Specialist, Phone 410-762-6492, Fax 410-762-6270, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6056,
- E-Mail Address
-
cdreszer@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
- Description
- The USCG Engineering Logistics Center has a requirement for the following: 1) Caterpillar Mobile Generator, rated 200KW, dual voltage capability, trailer mounted with the following options: basic 90 day spare package (basically 8 oil changes) No liquids such as oil or antifreeze, to be shipped as a loose item; a minimum storage box to house the parts book and customer supplied tools, mounted on the tongue of the trailer. Set of manuals and parts books inside the storage box; Airplane certification for C5 and C17; ICC Certification for over the road; ISO shipping via break bulk shipment can be made by flat rack; EPA Certified, Part/Model No. XQ200 or Equal, Quantity 4 Each. Mobile Generators to be used to power Coast Guard vessels. Packaging shall be in accordance with commercial best practice. Delivery shall be 150 days after award. FOB Destination delivery to USCG ELC, MSU Building 5A, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. This soliciation is issued, as a Request for Proposal, DTCG40-03-R-60035 shall include, proposed delivery in days, the company Tax Information Number, DUNS Number and FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2003). 52.211-6 Brand Name or Equal (Aug 1999) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, 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. All responsible sources may submit a quotation, which if timely received, by close of business 17 September 2003, shall be considered by this agency. The NAICS code for this solicitation is 333611 and the small business size standard is 1,000 employees. The following FAR clauses apply to this solicitation. This solicitation and incorporated provisions and clauses are those in effect through FAC 2001-15. 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 (JULY 2003). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors - (JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003) with Alt I included. A Completed copy of the representations and certifications is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUNE 2003). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government JULY 1995), with Alt I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637 (d)(2) and (3)). 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JUNE 2003) (Pub. L. 03-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 52.222.19. Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126). 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 withDisabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended.; 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.225-1, Buy American Act, Balance of Payments Program, Supplies (41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121, and 13129); 52.232-34, Payment by Electronics Funds Transfer-Other than Central Contractor Registration (21 U.S.C. 3332). 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
- SN00430642-W 20030912/030910213027 (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 |