PROVIDE CATERPILLAR 3406 LONG BLOCK ASSEMBLY

expired opportunity(Expired)
From: Federal Government(Federal)
70Z080-22-Q-MEC0179C00

Basic Details

started - 17 Dec, 2021 (about 2 years ago)

Start Date

17 Dec, 2021 (about 2 years ago)
due - 05 Jan, 2022 (about 2 years ago)

Due Date

05 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
70Z080-22-Q-MEC0179C00

Identifier

70Z080-22-Q-MEC0179C00
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34421)US COAST GUARD (24512)SFLC PROCUREMENT BRANCH 1(00080) (3380)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PROVIDE CATERPILLAR 3406 LONG BLOCK ASSEMBLY70Z080-22-Q-MEC0179C00NAICS Code 333618   1500Product Code 2895This is a combined synopsis/solicitation 70Z080-22-Q-MEC0179C 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 3406 Long Block Assembly for CGC Active as per the attached parts list and SOW.  1 JB2. DELIVERY LOCATION:USCGC Active (WMEC-618)1 EDIZ HOOK RDPORT ANGELES, WA 98362-01594. DELIVERY DATE:Week of 14 Feb 2022B. 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.govThe 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 5 Jan 2022 at 10:00 A.M Eastern Standard Time. Email quotes are acceptable and should be sent to Ms Jackie Handley at email address – Jacqueline.d.Handley@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 Bobby Griffin via email Bobby.R.Griffin@uscg.mil and telephone (757) 628-4942; and Ms Jackie Handley via email: Jacqueline.d.Handley@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.

Port Angeles ,
 WA  98362  USALocation

Place Of Performance : N/A

Country : United StatesState : WashingtonCity : Port Angeles

Classification

naicsCode 333618Other Engine Equipment Manufacturing
pscCode 2895Miscellaneous Engines and Components