Description
The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation. This requirement consists of providing Vulkan brand name bearing parts on the Emergency Diesel Generator in support of CGC HAMILTON . The supplies include, but are not limited to: 1 4X40209448-ABS/ VL 40 HUB 4140 335 X 127.117 X 160 4 EA 2 HSD-165-22X160/ HSD SHRINK DISK S22 290 X 160 X 56 4 EA . The Government will require delivery to: CGC HAMILTON Attn: Engineering Officer (25160) 1050 Register St North Charleston SC 29405 . The required delivery date is No Later Than (NLT) 20 weeks ARO . This acquisition is a total small business set-aside under NAICS code 333613 - Mechanical Power Transmission Equipment Manufacturing , with a corresponding small business size standard of 750 . The applicable Product Service Code (PSC) is 3010 - Torque Converters and Speed Changers. The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror's demonstrated ability to provide supplies of similar type and complexity. The Government requires original equipment manufacturer (OEM) parts. Aftermarket, refurbished, or equivalent items are not acceptable. Fit, form, and function equivalency will not be considered in lieu of OEM parts. The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably. Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor's name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror's ability to successfully perform the requirement. Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability. Offerors are responsible for ensuring that the supplies offered are correct, comp…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)