Federal Bid

Last Updated on 17 Jun 2008 at 8 AM
Combined Synopsis/Solicitation
Hawkins Wisconsin

ANCHOR WINDLASS

Solicitation ID HSCG40-08-Q-50885
Posted Date 28 May 2008 at 2 PM
Archive Date 17 Jun 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Hawkins Wisconsin United states
the United States Coast Guard Engineering Logistic Center has a requirement for NSN 3950-01-206-2616, Anchor Windlass, with two gypsy heads, 7" diameter, Part NO. B 14785, anodized aluminum. 1000 lbs. line pull @ 34 ft. per minute, for 3/4" rope. Includes 1.5 HP motor Windlass shall be equipped with a screw operated band type brake, package and mark box with individual packaging & marking to spec SP-PP&M-1(see atachment). (Qty 1 each). Manufacturer: New England Trawler Equipment Co. Part no. A-14796. F.O.B Destination, It is anticipated that a non-competitive Sole Source Purchase order will be issued for this item to: New England Trawler Equipment Co. or one of it's authorized distributors can furnish the required part and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capa bilities to funish the above items are invited to submit complete information discussing the same in duplicate with in 1 day of this announcement. However, other potential surces desiring to furnish other than New England Trawler parts are required to submit the following 1) Complete and currect engineering data to demonstrate the acceptability of the offered parts, (i.e. salient physical, funcitonal and serviceability characteristics or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufactere. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the avove and are to supply pertient information in suffcient detail to demonstrate a bonafide capability to meet requriements. The submission of this data for review shall not impede award of this contract. The Coast Guard does not intend to pay for information solicited. The ancipated award date for this procurement is June 2, 2008. This is a combined Synopsis/Solicitation for Commerical Items and is issued in accordance with the format in subpart 12.6 of the FAR, as supplemented with addtional information included in this notice and pursuant to FAR PART 6.302-1. This announcement constitutes the only solicitation: Quotes are being requested and a written solicitation will not be issued. Quotation shall include, proposed delivery in days, pricing for items individually packaged, marked and bar coded. The company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on price and price related factors.This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 334412 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 (OCT 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 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); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: HSAR clause 3052.211-90 Bar Coding Requirements (DEC 2003), HSAR clause 3052.213-90 Evaluation Factor for Coast Guard performance of bar coding requirement (DEC 2003); 3052.211-90 Bar Coding Requirements and 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Apr 2015 at 7 PM
Location Unknown 20 Aug 2010 at 4 PM
Location Unknown 24 Jun 2014 at 8 PM
Location Unknown 27 Mar 2009 at 12 PM
Location Unknown 06 Apr 2009 at 8 PM