Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOLICITATION NOTICE

20 -- Davit Winch Kits for 26' TANB - Attachments 1 thru 3

Notice Date
1/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-50020
 
Archive Date
2/22/2010
 
Point of Contact
Kelly A. Wyatt, Phone: 410-762-6472
 
E-Mail Address
Kelly.A.Wyatt@uscg.mil
(Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Shipping Addresses Attachments 1 through 3 The USCG Surface Forces Logistics Center, Small Boat Product Line, has a requirement to procure 21 TANB-26 Davit Winch Kits for the 26’ Trailerable Aids to Navigation Boats (TANB) as follows: Each kit shall consist of: 1. One (1) Electrically Powered Winch (12VDC) 2. One (1) 12V Remote Controller Electrical Unit 3. One (1) Hand-Held Remote Control Switch with 10 Foot Cord Prototype Quantity, 1 Each @ $______________ Production Quantity, 20 each @ $_______________ SPECIFICATIONS- Winches must meet the following minimum characteristics to be determined technically acceptable: 1. Electrically Powered Winch: •Designed and warranted for marine environment. •Maximum Rating: 3,300 pounds. •No Load Line Speed - Average: 25.5 feet per minute. •Mounting: Winch to be mounted on an existing prefabricated flat 1/4 inch thick aluminum alloy plate (Refer to Figure 2) currently installed on davit boom assembly (Refer to Figure 1). •Direction of Pull: Parallel to the mounting surface of winch (Refer to Figure 2). •Wire Rope and Hook: Not required - To be furnished by the U.S. Coast Guard (USCG) - winch shall be capable of supporting a 1/4" x 18 feet BRT wire rope sling with open swage socket, one end only. •Existing Wire Rope Connection on Winch Drum: No winch end connection is provided with the USCG furnished wire rope. Anchor hole and set screw on the winch drum to secure the wire rope required. •Free-Wheeling Feature: Optional. •Motor/Drum Alignment: Recommend planetary gear reduction setup to keep motor in alignment with winch drum. •Motor and Electrical Configuration: Refer to Figure 3. •Power: 12VDC with 50 Amp current overload protection. •Motor Electrical Connections: Two or three post - Dependent upon remote control system provided - existing winch motor has two post connections. •Internal Circuit Breaker # and Size (Thermal Protection) in Existing Winch: #2 and 40 Amps. 2. 12 Volt Remote Control Electrical Assembly: •Motor and Electrical Configuration: Refer to Figure 3. •Built-in receptacle for hand-held remote control switch. •Enclosure designed and warranted for marine environment. •Mounting: Remote control assembly shall be capable of mounting on a flat aluminum surface partially exposed to exterior weather and marine environmental conditions. •Electrical Connections/Power Provision: Positive and Ground (6 AWG Cable) - connections shall be capable of accommodating USCG furnished power receptacles. •Power Supply Overload Protection: Power supplied to remote control assembly is protected by 50 Amp circuit breakers. 3. Hand-Held Remote Control Switch: •Motor and Electrical Configuration: Refer to Figure 3. •Settings: Off, Power-In, and Power-Out •Length of Control Cord: 10 feet minimum. •Plug required for connection to remote control electrical assembly receptacle. •Storage: A weather proof storage case required. Attachments 1 through 3 are included for additional information. Contractors shall be required to provide a prototype for installation and testing by the Government, prior to manufacturing or supplying the production quantity. Upon approval, the production quantity shall be ordered via modification to the contract. All Winch Kits shall be delivered directly to the addresses found in Attachment 4. F.O.B. Destination pricing is required. DELIVERY SCHEDULE The prototype davit shall be delivered 30 calendar days after the date of award (or sooner if possible). Delivery of the production quantities shall be made within 30 calendars days from approval of the first article. This is a solicitation for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-28 (Jan 2009), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested. This requirement is being synopsized on a full and open competition basis NAICS code 336322. It is anticipated that a competitive purchase order shall be awarded as a result of this solicitation. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this solicitation shall be evaluated as follows: 1.) Technical 2.) Price 3.) Past Performance Technical Only those offers meeting the minimum technical characteristics identified shall be determined technically acceptable. Offerors are required to submit descriptive literature with their quotation confirming the proposed Davit Kit meets the minimum technical requirements. Failure to submit this information, or complete detailed information, may render your quotation nonresponsive and your quotation may be eliminated from further competition. Price The unit price of each line item shall be multiplied by the stated quantity to arrive at a total price. The total of all line items shall be added together to arrive at an aggregate total. Past Performance Past Performance shall be limited to offeror capabilities. Offerors are required to submit references for at most three (3) contracts completed during the past three years or currently in process for the same type of Davit Kit, or similar Davit, being offered by the Offeror under this RFQ. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror’s past performance. Offeror’s shall present this information for each contract in the following format: a. Name of Offeror b. Program Title c. Contract Number d. Contract type e. Contract dollar value f. Period of performance g. Place of performance h.Contracting activity i. Customer points of contact with telephone numbers and email addresses for the Procurement Contracting Officer (PCO), the Administrative Contracting Officer (ACO), and the Program Manager (PM). j. Brief description of worked performed. Explain the nature of the work involved and the extent the work involved is similar to the requirements contained herein. The Government will contact the references provided to obtain past performance information. CLAUSES The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28(Apr 2009), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: FAR 52.252-2 Clauses incorporated by Referenced (Feb 1998) FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR Clause 52.214-21, Descriptive Literature (APR 2002); HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their quotation. The closing date and time for receipt of quotations is January 29, 2010, at 2 p.m. Eastern Standard Time. Responses must be received before the closing date. Any response received after this established deadline shall be considered late and shall not be considered. Quotations shall be emailed to Kelly.A.Wyatt@uscg.mil. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-50020/listing.html)
 
Record
SN02043213-W 20100117/100115235058-2098d1aeebf06d951ceeb0400c641f10 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.