Florida Bids > Bid Detail

PROVIDE CATERPILLAR Parts Kit

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159088959575039
Posted Date: Jul 29, 2023
Due Date: Aug 2, 2023
Solicitation No: 52000QR230021599
Source: https://sam.gov/opp/ee001812e3...
Follow
PROVIDE CATERPILLAR Parts Kit
Active
Contract Opportunity
Notice ID
52000QR230021599
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 28, 2023 01:34 pm EDT
  • Original Date Offers Due: Aug 02, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2895 - MISCELLANEOUS ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Pensacola , FL 32508
    USA
Description

PROVIDE CATERPILLAR 3406 LONG BLOCK KIT





52000QR230021599





NAICS Code 333618 1500



Product Code 2895



This is a combined synopsis/solicitation Nr 52000QR230021599



for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333618. The small business size standard is 1500. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.





THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:



THIS REQUIREMENT IS FOR A BRAND NAME MANUFACTURER, CATERPILLAR ONLY NO EQUIVALENT OR SUBSTITUTE WILL BE ACCEPTED.



THIS SOLICITATION IS RESTRICTED TO CATERPILLAR AUTHORIZED PARTS & SERVICE CENTERS ONLY TO MAINTAIN THE OEM PARTS AND LABOR WARRANTY. ONLY CATERPILLAR (OEM) HAS THE PROPRIETARY INFORMATION ON PART DIMENSIONS, HARDNESS, MATERIAL PROPERTIES, FORGING/CASTING REQUIREMENTS ETC. TO MANUFACTURE THEIR PARTS. THIS INFORMATION IS NOT SHARED WITH OTHER ENGINE MANUFACTURING COMPANIES.



A. REQUIREMENT:



1. The contractor shall provide the following:



The contractor shall provide a Caterpillar Long Block kit for CGC RELIANCE as per the attached parts list and SOW. 1 JB



2. DELIVERY LOCATION:





COMMANDING OFFICER



USCGC RELIANCE (WMEC 615)



280 TAYLOR ROAD



PENSACOLA, FL 32508





4. DELIVERY DATE:



30 OCTOBER 2023



B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:



Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.



1. Please provide any warranty information.

2. Vendors MUST be registered in www.sam.gov



The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.



Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.



Quotes must be received no later than 2 AUGUST 2023 at 11:00 A.M Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address – Cornelius.N.Claiborne@uscg.mil.



Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC DUCAL HAYDEN via email DUCAL.L.HAYDEN@uscg.mil and telephone (757) 628-4942; and Mr. Cornelius Claiborne via email: Cornelius.N.Claiborne@uscg.mil.



PROVISIONS / CLAUSES:



The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:



FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)



FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.



FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .



FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).



Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.222-3 - Convict Labor (Jun 2003)

FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)

FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 - Equal Opportunity (Sep 2016)

FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)

FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)

FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)

FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (May 2014)

FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)

FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)

FAR 52.233-3 - Protest After Award (Aug 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)



*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.



NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:



This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 28, 2023 01:34 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >