CATERPILLAR D-398 CRANKSHAFT LINE BORE INSPECTION

expired opportunity(Expired)
From: Federal Government(Federal)
70Z080-19-Q-P4590600

Basic Details

started - 05 Feb, 2019 (about 5 years ago)

Start Date

05 Feb, 2019 (about 5 years ago)
due - 14 Feb, 2019 (about 5 years ago)

Due Date

14 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
70Z080-19-Q-P4590600

Identifier

70Z080-19-Q-P4590600
Department of Homeland Security

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34485)US COAST GUARD (24556)SFLC PROCUREMENT BRANCH 1(00080) (3386)
[object Object]

SetAside

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

Attachments (1)

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.

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 in this notice. This solicitation is issued as a Request for Quote Number 70Z080-19-Q-P4590600. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-101. The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is 1,250 employees. The USCG Surface Forces Logistics Center located in Norfolk, Virginia intend to award a Firm Fixed Price (FFP) Purchase Order for the services listed below. See Schedule B below.NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the
basis of the lowest Quotation on each item.The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price proposals in accordance with the Schedule B by Thursday, 14 Feb 2019 at 10:00 am EST. Firm Fixed Price Proposals shall be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes are acceptable and should be sent to POC SKC Garth Gobbell at email: Garth.G.Gobbell@uscg.mil.SCHEDULE B:Line Item 1: Contractor shall provide Caterpillar D-398 crankshaft line bore inspection of No 2 SSDG services for CGC Tampa IAW the attached SOW. 1 JBLocation of Performance:USCGC TAMPA (WMEC 902)4000 COAST GUARD BLVDPORTSMOUTH, VA 23703Date Required: 6 Mar 2019PROVISIONS / CLAUSES:The following FAR Clauses and Provisions apply to this acquisition:FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017)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 (Jan 2017) to include Alt I (Oct 2016). 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 (Jan 2017) with the following addenda's.FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017)FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011)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 2016). 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 (Oct 2016)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 (Mar 2015)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 (Jul 2013)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 at ORCA 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.

USCGC TAMPA (WMEC 902) 4000 COAST GUARD BLVD PORTSMOUTH, Virginia 23703 United StatesLocation

Place Of Performance : USCGC TAMPA (WMEC 902) 4000 COAST GUARD BLVD

Country : United States

Classification

336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing
naicsCode 336611Ship Building and Repairing
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products