Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
SOLICITATION NOTICE

23 -- Purchase of 20 ton industrial hydraulic crane

Notice Date
7/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road Suite K, Norfolk, VA, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-05-Q-3EFK16
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. The solicitation HSCG47-05-Q-3EFK16 is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The NAICS Code applicable to this acquisition is 333120. For a company to qualify as a small business, the small business standard is 750 employees. This is a Small Business Set-aside solicitation. SALIENT CHARACTERISTICS: Provide an all-terrain Hydraulic Crane capable of lifting the specified maximum load and transport it safely approximately 400 feet over a paved area at the U.S. Coast Guard Facility, 632 Coast Guard Drive, Cheboygan, Michigan 49721-1299. Provide one week of on-site training for Coast Guard personnel within 30 days after delivery. Training sessions can be video taped and-or- manufacturer DVD?s can be provided to the USCG. 3 sets of (DVDs) training manuals or books along with the training sessions shall be provided to the USCG. The hydraulic crane shall be equipped with the following features as a minimum: Outriggers (front and rear): Controls to be located within the cab. Beams to be operated in pairs; Cab: Crane cab shall be enclosed and equipped with heater/defroster and door; Load Indicator: it must sense the load and relay data to a display panel in the cab. It shall assist the operator in the safe operation of the crane and warn when the load capacity is exceeded; Lights and back-up alarm; Load Capacity: The hydraulic crane shall be able to pick & carry at a speed of 2.5 MPH, a load of 18,000 pounds minimum, with load positioned straight over front and boom at zero degrees. Maximum dimensions are Length: maximum 34 feet (including boom at rest); maximum height: 11 feet,; maximum Width: 8 feet; minimum Boom Extension: 40 feet. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) Signed quote on company letterhead detailing the item description, proposed delivery date, and unit price, also include Tax Payer ID number and DUNS number; 2) descriptive literature, brochures; 3) at least 3 to 5 references including point of contact and phone number for proposed equipment. References must have received the equipment within the last 3 years calendar years. 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: Commandant (G-CPM-S/3) 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. The provisions at 52.212-1 Instructions to Offerors, Commercial applies to this acquisition. Clause 52.212-2 Evaluation Commercial Items, the contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantages to the government, cost and other factors considered. The following factors shall be used to evaluate offers: Price, Delivery, Salient Characteristics, and References. All are rated equally. All Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items with its offer. Clause 52.212-4 Contract Terms and Conditions Commercial items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. Clause 52.214-21 Descriptive Literature (Provide with Quote); Clause 52.204-7 Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration Database in order to receive award). Clause 52.225-1 Buy American Act ? supplies; Clause 52.232-33 Payment by Electronic Funds Transfer ?Central Contractor Registration; Submit your proposal by 2:00 P.M. July 29, 2005 to the Facilities Design and Construction Center, Atlantic, Attn: Cathy Broussard, 5505 Robin Hood Rd., Suite K, Norfolk, VA 23513. All envelopes and/or packages shall be identified as a quote for Solicitation Number HSCG47-05-Q-3EFK16. If you have any questions about this solicitation contact Cathy Broussard at 757-852-3449, FAX 757-852-3495, email cbroussard@fdcclant.uscg.mil.
 
Place of Performance
Address: U.S. COAST GUARD FACILITY, 632 COAST GUARD DRIVE, CHEBOYGAN, MICHIGAN
Zip Code: 49721
Country: USA
 
Record
SN00842647-W 20050709/050707211603 (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.