Federal Bid

Last Updated on 30 Jun 2008 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

FAIRBANKS MORSE PARTS

Solicitation ID HSCG40-08-Q-6MG586
Posted Date 05 Jun 2008 at 6 PM
Archive Date 30 Jun 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
The USCG Engineering Logistics Center has a requirement for the following Fairbanks Morse Engine Parts: Installation Kit, Engine, NSN 2815-01-466-2749, P/N 25000601, QTY 120 KT, to be used for the first time change out of ALCO MI heads to the ALCO 251 Plus Heads; Gasket, NSN 5330-01-161-5478, P/N 16-101-803, QTY 29 EA, to be used in the oil separator on the USCG 378 FT Class Vessels; Gasket, NSN 5330-01-168-8475, P/N 10-554-744, QTY 23 EA, to be used on Fairbanks Morse, 12 cylinder, Model 38TD8-1/8 Diesel Engines, Perry Filter and Water Piping Systems; Valve, Fuel Pump Relief & Lube Oil, NSN 4820-01-505-9262, P/N 16702106, QTY 4 EA, to be used on Engine Model 3800-8-1/8. Preservation, Packaging, and Marking shall be as follows: PRESERVATION – Each piece or assembly that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING – Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951. This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container . UNITIZATION – Unit packs can be unitized as specified in ASTM-D-3951. MARKING – Marking shall be clear, legible, permanent and in English. UNIT PACKAGES – Shall be marked as specified herein, National Stock Number/Activity Control Number, Item Name, Part Number (as shipped), Purchase Order / Contract Number, Date of Manufacture/Repair, The Words “COAST GUARD ELC MATERIAL” CONDITION (A), Quantity & Unit of Issue (i.e. “1-EA”), Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). Propellant Chemical Name (Aerosol Containers only). UNITIZATION – If unitization is used as the final shipping container, the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number”. If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more than one order be unitized together. Single Stock Number, National Stock Number/Activity Control Number, Purchase Order/Contract Number, The words “COAST GUARD ELC MATERIAL” CONDITION (A), Quantity & Unit of Issue (i.e. “1-EA.). Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less). The words “COAST GUARD ELC MATERIAL” “MULTIPACK. Multiple Stock Numbers, “ALL” National Stock Numbers/Activity Control Numbers, Purchase Order/Contract Number, The words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA.”). Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less). The Words “ COAST GUARD ELC MATERIAL” “MULTIPACK”. BAR CODING – All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BCI. ALL Stock numbered items shall be bar coded. The standard marking required in MARKING for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used, the label size shall be adjusted appropriately. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. All HRI shall be placed below its’ associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. Delivery is to be F.O.B. Destination to the USCG Engineering Logistics Center, Receiving Room, Bldg. 88, 2401 Hawkins Point Road, Baltimore, MD 21226-5000, 90 days after receipt of a purchase order. It is the Government’s belief that only Fairbanks Morse Engine, the original manufacturer, (OEM) can provide these parts and ensure the proper form, fit, and function of all its components. Technical data/drawings pertaining to the items are not available within the Government and are proprietary to the Original Equipment Manufacturer (OEM). However, other potential sources having the expertise and required capabilities can submit such data discussing the same in duplicate within 15 days from the date of this announcement. The following information must be provided to evaluate the acceptability of the offered parts: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. 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. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quotations. Offeror’s proposal shall include proposed delivery in days, unit and total price on the item, individually preserved, packed, marked and bar coded, Company’s Tax Information Number and Duns Identification Number. All responsible sources may submit a proposal, which if timely received, shall be considered by this agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 dated May 22,2008. NAICS code for this solicitation is 336399 and the small business size standard is 750 employees. The following FAR Clauses apply to this bid. 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 (April 2008). FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) (a) pricing is an evaluation factor. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008) with Alt I (Apr 2002), a completed copy of the clause is to be submitted with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (Feb. 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (May 2008). The following clauses listed in FAR 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities ; 52-222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36, Affirmative Action for Workers with Disabilities; 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, Restrictions on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129); 52.232-34, 52.204-7 Centralized Contractor Registration.. The following is incorporated as an addendum to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003). Copies of HSAR Clauses may be obtained electronically at http://www.dhs.gov.dhs. NOTICE TO BIDDERS/OFFERORS: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard Solicitation Ombudsman at the address below: Department of Homeland Security, United States Coast Guard (CG-9131) Ombudsman Program for Agencies Protests, 1900 Half Street, SW, Room 11-0602, Washington, DC 20593-0001, Tel: (202) 372-3695, Fax: (202) 372-475-3904. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation No., Contracting Office, Contracting Officer, and Solicitation opening/closing date.
Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Nov 2017 at 1 PM
Indian Alaska 22 May 2019 at 5 PM
Location Unknown 30 Nov 2017 at 2 PM
Location Unknown 07 May 2008 at 5 PM

Similar Opportunities