Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOLICITATION NOTICE

20 -- Parts For HAGGLUNDS Cranes Installed on U.S. Coast Guard POLAR Class Icebreakers

Notice Date
2/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-04-Q-625438
 
Response Due
2/27/2004
 
Archive Date
5/1/2004
 
Point of Contact
Linda Cho, Contract Section Supervisor, Phone 510-437-3393, Fax 510-437-3392, - Glenna Wing, Contracting Officer, Phone (206) 217-6942, Fax (206) 217-6976,
 
E-Mail Address
lcho@d11.uscg.mil, gwing@pacnorwest.uscg.mil
 
Description
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; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-19. The NAICS Code is 333923. The small business size standard is 1,000. This is an unrestricted procurement. The contract will be awarded as a firm fixed price supply contract using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for component parts for the 3 and 15 ton cranes installed on board POLAR class icebreakers; the cranes are manufactured by the Hagglunds, Inc. of Sweden. The Form, Fit and Function of these parts must be exactly compatible with the existing cranes and is critical to the safe operation of the cutters. It is the government's belief that only Hagglunds or its authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to Hagglunds 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 to submit proposals. The following information must be provided to evaluate past performance: evidence of past successful manufacture, for the government or the OEM, to OEM specifications of all required parts; or evidence that all parts to be provided will be Hagglunds OEM parts. CLIN 0001 - Hydraulic Motor UK64-16300 index Replacement for 187 1646-801 on Hoisting, Article Code: 489 3248-802, 4 EA; CLIN 0002 - Hydraulic Motor UK64-16300 index replacement for 187 1646-801 on luffing, Article code: 489 3248-802, 2 EA; CLIN 0003 - Valve VCB 58, replacement for 187 0870-801, Article code: 178 0078-801, 2 EA; CLIN 0004 - Hydraulic Motor MK-64-16300-AO, replacement for 187 1646-801 on slewing circuit, Article code: 489 2692-802, 2 EA; CLIN 0005 - Bolt special for slewing motor, needed when replacing 187 1646-801 with 489 2692-802 on hoisting, Article code: 489 3187-001, 48 EA; CLIN 0006 - Washer needed when replacing 187 1646-801 with 489 2692-802 on hoisting, Article code: 487 2826-002, 48 EA; CLIN 0007 - Locking nut needed when replacing 187 1646-801 with 489 2692-802 on hoisting, Article code: 2126 2636-124, 48 EA; CLIN 0008 - Hydraulic motor UK21-04000 E21, Article code: 187-0955-805, 1 EA; CLIN 0009 - Balance Valve 187 2502-801, Article Code: M990199, 5 EA; CLIN 0010 - Counter Balance valve, Article code: 187 0840-801, 1 EA. Place of delivery is USCG Naval Engineering Support Unit Seattle, 1519 Alaskan Way South, Seattle, WA 98134-1192. Delivery of all items must occur not later than 26 APR 2004. Quotations submitted in response to this solicitation must include: (1) CLIN number, item name, part number, and unit/extended prices; (2) proposed delivery date after receipt of order in calendar days for each CLIN; (3) past performance information as required above (4) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped in accordance with best commercial practices; (5) taxpayer identification and Dun & Bradstreet (DUNS) number; (6) Contractors full name, address, and telephone number. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); 52.212-2, Evaluation-Commercial Items (JAN 1999) ? (a) Factors for evaluation will include past performance and price, and small-disadvantaged business participation (b) past performance and price, when combined, are approximately equal in importance and small disadvantaged business participation is substantially less important than either past performance or price; Offerors are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representatives and Certification--Commercial Items with their offer; 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2002) are hereby incorporated by reference; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, 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 (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program-Supplies (41 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). Offerors may obtain full text version of all clauses electronically at http://www.arnet.gov/far/. Closing date/time for submission of quotations is 27 FEB 2004 at 4:00 PST. Submit to MLCPAC (vpl), BLDG 50-7 Coast Guard Island, Alameda, CA 95401-5100, Attn: Linda Cho. Electronic offers submitted via FAX to (510) 437-3392 - ATTN: LINDA CHO or by email to lcho@d11.uscg.mil are acceptable and encouraged. 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. OMBUDSMAN NOTICE - NOTICE FOR FILING AGENCY PROTESTS. 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 than 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 office, 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 protest 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 (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011*****
 
Record
SN00519411-W 20040212/040210211523 (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 |
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.