SOLICITATION NOTICE
30 -- N/A
- Notice Date
- 10/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- 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
- HSCG40-06-Q-50005
- Response Due
- 10/28/2005
- Archive Date
- 11/11/2005
- Point of Contact
- Kathleen Lobasso, Purchasing Agent, Phone 410-762-6494, Fax 410-762-6056, - Cecelia Whitehead, Contracting Officer, Phone 410-762-6495, Fax 410-762-6056,
- E-Mail Address
-
Kathleen.K.Lobasso@uscg.mil, Cecelia.J.Whitehead@uscg.mil
- Description
- It is anticipated that a non-competitive sole source purchase order will be issued for: NSN 3040-01-103-6565, CYLINDER ASSEMBLY, BORE 4?, LENGTH 40.25?; OD 9.00?; STROKE 13.62?, ROD DIAMETER 2.50?: OPERATING PRESSURE 3000 PSI. NOTE: CYLINDER SHALL BE EQUIPPED WITH SPHERICAL TYPE BEARINGS ON ROD AND CAP ENDS, THE SPHERICAL BEARING SHALL BE P/N GEZ204 TE-2RS MANUFACTURED BY SKF BEARING COMPANY, THE SPHERICAL BEARINGS SHALL BE RETAINED BY THE USE OF AN INTERNAL SNAP RING. PAINT: THE CYLINDER HOUSING AND ROD EYE METAL SURFACE SHALL BE PREPARED IAW THE OEM REQUIREMENTS PRIOR TO APPLICATION OF PAINT. THE PREPARED SURFACES SHALL BE INITIALLY COATED WITH 5-6 MILS, DRY FILM THICKNESS (DFT) OF HIGH BUILD EPOXY FROM MIL-PRF-24647 (ANY COLOR). THE TOP COAT SHALL BE 2-3 MILS (DFT) OF SILICONE ALKYD ENAMEL, TYPE II, CLASS 1, FROM MIL-PRF-24635. COLOR TO BE MEDIUM MACHINERY GRAY PER FED-STD-595 COLOR CODE 16187. QTY 21 EACH To the OEM: BOSCH REXROTH CORP, 1953 MERCER RD, LEXINGTON, KY 40511 or an authorized dealer/distributor of the OEM. It is the government's belief that only BOSCH REXROTH the Original Equipment Manufacturer, or their authorized distributors, have the capability to manufacture and supply the below referenced parts, NO EQUAL OR ALTERNATE PART NUMBERS SHALL BE ACCEPTED. Technical Publications and Service Bulletins pertaining to the item/s are proprietary to the OEM or their authorized distributors. However, other interested sources that possess the capabilities of obtaining the required technical, engineering and manufacturing data from BOSCH REXROTH and have the capability of manufacturing these parts, can submit information regarding these capabilities. This information must include (1) complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional and serviceability characteristics), or (2) data that the offered part(s) have been satisfactorily manufactured for the Government or the OEM. This information must be received within five working days from the date of this publication. Inquiries/information received after the established deadline shall not be considered for this particular acquisition. The submission of data for review shall not impede award of a purchase order. FOB Destination To: USCG ENGINEERING LOGISTIC CENTER, BLDG 88, RECEIVING ROOM, 2401 HAWKINS POINT RD, BALTO, MD 21226 Note: No Drawings, Specifications or schematics are available from this agency. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Interested sources that can provide the manufacturer?s part numbers requested may submit a quotation which shall be considered. The due date for submission of quotations shall be no later than 8/19/05. Quotations submitted in response to this solicitation must include: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at <http://www.bpn.gov/ >. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). NAICS code for this solicitation is 333995 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov/far <http://www.arnet.gov/far>. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212.4 Contract Terms & Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.222.21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); 52.225-1 Buy American Act, Balance of Payments Program, Supplies (41 USC 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 Fund Transfer-Central Contractor Registration (21 USC 3332). The following items are incorporated in this solicitation: HSAR Clause 30152.211-90 Bar Coding Requirements; HSAR Clause 3052.213-90 Evaluation Factor for CG Performance of Bar Coding Requirement; HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Copies of HSAR may be obtained electronically at http://www.firstgov.gov/Topics/Reference_Shelf.shtml#Pubs. Requests for packaging instructions should be made to Kathy Lobasso 410-762-6494. This is a firm fixed price contract and will be awarded using Simplified Acquisition Procedures. The notice for filing agency protests can be accessed at this site: http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOTFOC) Procurement Request #216B4500MG039 The ELC intends to purchase the following item(s) for support of the 270WMEC vessels. NSN: 3040-01-103-6565 NAME: cylinder, hydraulic P/N: P161603-1 2. By authority granted under 10 USC 2304 (C) (1) and FAR subpart 6.302-1, I have determined that negotiations shall be conducted only with Rexroth (OEM), or their distributors. 3. The manufactures drawings and specifications for this item are proprietary commercial property of the proposed contractor. Due to the proprietary rights imposed by the contactor, the Coast Guard has not purchased this information. The present information on file for this item is unsuitable to make a determination if any other manufacture?s product would be a suitable replacement. Use of OEM product listed above is the only guarantee that form, fit and function of the product will be met. 4. This cylinder is an existing component on the 270 WMEC vessels. The above cylinder has already been provisioned for and repair parts for this cylinder are currently in the federal stock system. Any attempt to procure an ?or equal item? competitively would duplicate cost to the government for new provisioning efforts and for repair parts to be supported. In addition, this cylinder must conform to exact design and materials requirements for form, fit and function to interface with the hydraulic fin stabilizer system. 5. The above product is used in the Hydraulic fin stabilizer system and any failure would be detrimental to the system making it inoperable and likely jeopardize personnel safety and/or the vessels primary mission.
- Place of Performance
- Address: N/A
- Record
- SN00917032-W 20051020/051018211532 (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 |