Federal Bid

Last Updated on 25 Mar 2015 at 7 PM
Combined Synopsis/Solicitation
Island Kentucky

Gear Parts-CGC Jarvis

Solicitation ID HSCG85-10-Q-P45A34
Posted Date 01 Dec 2009 at 8 PM
Archive Date 25 Mar 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Island Kentucky United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation number is HSCG85-10-Q-P45A34 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-37. The NAICS Code is 336611. The small business size standard is 1,000. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5.

The requirement is for component parts for parts for the PHILADELPHIA GEAR Turning Gear Assy Spare parts onboard USCGC Jarvis. The Form, Fit and Function of these parts must be exactly compatible and is critical to the safe operation of these cutters in extreme environments. It is the government's belief that only Philadelphia Gear, or authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to Philadelphia Gear and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors.

Required parts are as follows:

CLIN 0001 -1 EA Worm Gear & Shaft Assy, P/N 46123-544/46123-548
CLIN 0002- 1 EA Worm Gear/Shaft Assy 3rd Red, P/N 46123-547/46123-550
CLIN 0003 -1 EA Hub Gear, P/N 46123-554
CLIN 0004 - 1 EA Gear Spur Pinion 1st Red, P/N 46123-559
CLIN 0005 - 1 EA Gear Spur 1st Red, P/N 46123-560
CLIN 0006- 1 EA Retainer Plate, P/N 46123-558
CLIN 0007 - 1 EA Shim Bearing Retainer, P/N 46123-562
CLIN 0008- 1 EA Shim Bearing, P/N 46123-563
CLIN 0009 - 1 EA Spacer ,Worm Shaft 3rd Reduction, P/N 46123-566
CLIN 00010- 1 EA Spacer, Bearing , P/N 46123-567
CLIN 00011 - 2 EA Spacer, Worm Gear, P/N 46123-568
CLIN 00012- 1 EA Spacer, Worm Shaft 2nd Red , P/N 46123-569
CLIN 00013 - 1 EA Plate, Retainer, P/N 46123-571
CLIN 00014- 1 EA Spacer 1st Reduction Pinion , P/N 46123-635
CLIN 00015 - 1 EA Plate, Retainer, P/N 46123-564
CLIN 00016- 2 EA Bearing Cone, P/N 31000-4493
CLIN 00017- 2 EA Bearing Cup, P/N 31000-0020
CLIN 00018- 2 EA Bearing Cup, P/N 31000-5978
CLIN 00019- 2 EA Bearing Cone, P/N 31000-2043
CLIN 00020- 2 EA Bearing Cup, P/N 31000-0951
CLIN 00021- 2 EA Bearing Cone, P/N 31000-0419
CLIN 00022- 1 EA Oil Seal, P/N 36001-0491
CLIN 00023- 1 EA Oil Seal, P/N 36001-0861
CLIN 00024- 1 EA O-Ring, P/N 36001-0862
CLIN 00025- 1 EA O-Ring, P/N 36001-0863
CLIN 00026- 1 EA O-Ring, P/N 36001-0864
CLIN 00027- 1 EA O-Ring, P/N 36001-0865
CLIN 00028- 1 EA O-Ring, P/N 36001-0866
CLIN 00029- 1 EA O-Ring, P/N 36001-0867

Place of delivery is USCGC JARVIS, Area 4, Sand Island Access Rd, Honolulu, Hi 96819-4398. Delivery of all items must occur not later than 02 FEB 2010.

Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-10-Q-P45A34; (2) CLIN number, item name, part number, and unit/extended prices for all CLIN's (3) proposed delivery after receipt of order in calendar days for each CLIN; (4) past performance information as required above (5) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; (6) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (7) Contractors full name, address, and telephone number. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commerical Items (Nov 2007). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2007) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2008). The following clauses listed in 52.212-5 are incorporated: 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) (DEC 2001); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a - 10d) (JUN 2003);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (DEC 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003).

Closing date/time for submission of quotations is 10 DEC 2009 at 4:00 PST. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to SFLC- CPD-C& P 2 - LRE, 1301 Clay Street, Suite 807N, Oakland, CA 94612, Attn: Marilou Ponge. Electronic offers submitted via FAX to (510) 637-5978 or by email to [email protected] are acceptable and encouraged*****

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Mar 2009 at 5 PM
Island Kentucky 05 Jun 2012 at 7 PM
Location Unknown 03 May 2011 at 8 PM
Location Unknown 21 Jun 2022 at 4 AM
Location Unknown Not Specified

Similar Opportunities

Mississippi 23 Jul 2025 at 6 PM
Mississippi 16 Jul 2025 at 6 PM
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)