Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2006 FBO #1826
SOLICITATION NOTICE

J -- Winch Reman.

Notice Date
11/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-50017
 
Response Due
11/30/2006
 
Archive Date
12/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG Engineering Logistics Center has a requirement for open, inspect, report and possible overhaul of the following item. 1) 3950-01-F03-0061, Winch, Reman HU40 Pnuematic, PN: HY40-REMAN, Manufacturer: Ram Winch & Hoist; FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226. All repairs/modification will be made in accordance with the Coast Guard?s overhaul description. It is anticipated that a non-competitive sole source purchase order will be issued to Ram Winch & Hoist, 14910 Henry Road, Houston, TX 77060. It is the Government?s belief that only Ram Winch & Hoist and /or their authorized dealers/distributors/repair facilities can furnish the required parts and ensure the proper fit, form and function of all it components. Concerns having the expertise and required capabilities for furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than Ram Winch & Hoist parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the capability to perform required repairs/modifications(i.e. salient physical functional and serviceability characteristics) and 2) Written documentation that states offeror is a authorized repair facility. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Documentation must be received no later than November 28, 2006 and will not impede award. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Pricing shall included Inspection Charges, hourly labor rate, and packing, preservation and bar coding, the company Taxi Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. This is a combined Synopsis/solicitation for commercial purchase prepared in accordance with subpart 12.6 of the FAR and FAC 2005-13, 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. The NAICS code for this solicitation is 811310 and the small business size standard is 500. 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 52.207-7, Central Contractor Registration (JULY 2006); FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006) with Alt I included; FAR 52-212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Orders, Commercial Items (SEP 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)(MAY 2004); 52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246)(APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam era, and other Eligible Veterans (38 U.S.C. 4212)(SEP 2006); 52.222-36 Affirmative Action for Workers with Disabilities (29 USC 793)(JUNE 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38U.S.C. 4212)(SEP 2006); 52.225-1, Buy American Act-Supplies (41U.S.C 10a-10d)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O.S., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasure)(FEB 2006). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)(OCT 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052-209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. It is the offerors responsibility to monitor the EPS system for changes or amendments to this quotation. The closing date for receipt of quotations shall be November 15, 2006. It is anticipated that award will be made around November 27, 2006.
 
Record
SN01186274-W 20061126/061124220140 (fbodaily.com)
 
Source
FedBizOpps 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.