Florida Bids > Bid Detail

52000QR240003773 USCGC ALERT Caterpillar 3406 parts kit

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159409253328778
Posted Date: Apr 18, 2024
Due Date: May 1, 2024
Solicitation No: 52000QR240003773
Source: https://sam.gov/opp/eebb1296ca...
Follow
52000QR240003773 USCGC ALERT Caterpillar 3406 parts kit
Active
Contract Opportunity
Notice ID
52000QR240003773
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Apr 18, 2024 09:45 am EDT
  • Original Date Offers Due: May 01, 2024 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2815 - DIESEL ENGINES AND COMPONENTS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
    Cape Canaveral , FL 32920
    USA
Description

SOW for Caterpillar 3406 parts kits





This solicitation is restricted to Caterpillar Authorized Parts & Service Centers only.



The U.S. Coast Guard is completing a long block exchange of a Caterpillar 3406 engine used as a ship service diesel generator onboard CGC ALERT



As we have been using CAT long block (OEM reman) replacement engines for some time now there isn’t a serial number associated to each engine any longer. Please use the attached parts list for component identification information.



All components must be OEM (Caterpillar) new stock or remanufactured components. We are not requesting any technical support or assistance with this project.



The kit must be delivered complete to the vessels homeport during the week of 12 August 2024. Delivery prior to this week is undesirable due to limited storage space. Delivery can’t be made after this week as it will negatively impact our project timeline. The shipping documents must include both a copy of our parts list with any updated part number information noted to eliminate confusion for inventory purposes.



The updated shipping address for this vessel is:



COMMANDING OFFICER



USCGC ALERT (WMEC 630)



9235 GROUPER ROAD



CAPE CANAVERAL, FL 32920



The vendor is responsible for return shipment of the cores from the vessel’s location to their facility. The vendor must provide written instructions for the core return process.



We will notify the vendor when the cores are ready for shipment so they can dispatch a carrier to pick up the material.



NOTE: The vendor has 45 days after the return/receipt of cores to account for, inspect, & either accept or reject them in writing via an invoice. If the vendor has not provided a written status on core returns before the end of this period, we will not be held finically responsible for core charges as a result of any missing, incomplete, or unacceptable items.



As all parts are required to be OEM certified, the vendor will provide a 1,000 hour or 12-month warranty period. This warranty period will apply to all components listed in the long block parts kit. This warranty will require the vendor to provide all parts & labor as needed to correct for any component failure that might occur. The warranty period will start upon our receipt of the kit.



All questions should be directed to Phillip. W. Norris at 757-628-4556 or via email at Phillip.W.Norris@uscg.mil





NOMENCLATURE AND PARTS NUMBER WILL BE ATTACHED AND CAN BE EMAILED UPON REQUEST





NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.



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 USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.



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





Quotes must be received no later than Wednesday May 01, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding at email address Stacy.J.Spalding@uscg.mil .



Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil .



The following FAR Clauses and Provisions apply to this acquisition:



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)



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



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 UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI 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 ((Jan2020) (E.O.13126).

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 (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).





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

FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).

(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (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 - 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
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
  • Apr 18, 2024 09:45 am 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 >