SOLICITATION NOTICE
29 -- EXHAUST MANIFOLD
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- 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-6MG372
- Response Due
- 3/27/2007
- Description
- The USCG Engineering Logistics Center has a requirement for the following item: 1) NSN: 2815-99-720-4276, Manifold Exhaust (free end), Man B&W P/N 16Y3JX46110, quantity 2 each. Substitute part numbers are NOT acceptable. Material shall be individually packaged and bar coded in accordance with Specification Number SP-PP&M-001, Rev. D (attached). FOB Destination required on or before 8/7/2007 to the USCG Engineering Logistics Center, Baltimore, MD 21226-5000. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Man B&W and/or their authorized distributor. It is the Governments belief that only MAN B&W and/or their authorized dealers /distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to 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 MAN B&W parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. 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. Submission of this information shall not impede award of this purchase order. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-15 (FEB 2007) and as supplemented with additional information included in this notice, and FAR Part 6.302-1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include, proposed delivery in days, pricing for item's, with shipping included in unit price, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 336999 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: http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2006). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (NOV 2006)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286 and 109-169). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. See numbered notes 12 and 22. PRESERVATION, PACKAGING, AND MARKING SPECIFICATION SPECIFICATION NUMBER SP-PP&M-001 **NOTE: FAILURE TO PRESERVE, PACKAGE, OR MARK SHIPMENTS IN ACCORDANCE WITH THE BELOW INSTRUCTIONS SHALL RESULT IN REJECTION OF SHIPMENT AND RETURN TO THE CONTRACTOR AT THE CONTRACTOR'S COST. Each item ordered shall be individually preserved, wrapped, and packed (unit package) in accordance with ASTM D 3951-95. MARKING: A. Unit packages: As specified in MIL-STD-129, the listed special marking shall be included as applicable: (a) Part Number (as shipped); (b) National Stock Number (NSN); (c) Date of manufacture or repair; (d) Project Number (if applicable); (e) "COAST GUARD ELC MATERIAL CONDITION A"; (f) Quantity, unit of issue; g. Purchase Order Number. B. Intermediate containers: As specified in MIL-STD-129, the listed special marking shall be included as applicable: (a) All ACN/NSN's packed within; (b) "MULTIPACK"; (c) "COAST GUARD ELC MATERIAL CONDITION A". C. Bar Coding: The Contractor shall apply bar code labels on all items except for this that require data submissions only. All bar code labels shall be in accordance with MIL-STD-129 and as required herein. a. The actual labels shall be in roll or sheet format, large enough to contain all of the information required and meeting the requirements of MIL-STD-129. b. The label shall be intended for long term indoor applications where the label will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. c. The listed special marking shall be applied as described in the "marking" paragraph above. d. The standard marking required can be applied separately or as a part of the bar code label. If this option is used, the label size shall be adjusted appropriately.
- Record
- SN01254856-W 20070322/070320220412 (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 |