SOLICITATION NOTICE
20 -- Main Propulsion Plant - Specification
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-10-R-40014
- Point of Contact
- Kathy J. Fields, Phone: 410-762-6473
- E-Mail Address
-
kathy.j.fields@uscg.mil
(kathy.j.fields@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Proposal Submittal Checklist Schedule of Supplies/Services to include Pricing Bar Coding Specification Specification #P-200-0426 This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation(FAR), as supplemented with additional information included in this notice. FAR Subpart 13.5, Test Program for Certain Commercial Items will be utilized for this acquisition. This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The Request for Proposal Solicitation Number is HSCG40-10-R-40014. Applicable NAICS Code is 333999, Small Business size standard is 500 employees. Offerors shall respond to all requirements of the solicitation including pricing on the base year and all option years. It is the Goverment's intention to solicit and negotiate solely with Fincantieri Marine Systems or their authorized distributors only. Offers submitted with inadequate information may be found unacceptable. Contractor to provide the following in accordance with Attachment 1, Specification #P-200-0426 titled "Main Propulsion Specification for 75 WLR & WLIC Vessels and 65 WLR Vessels and Attachment 2, Specification #D-000-0100 titled "Bar Coding Specification # 1) Fincantieri Marine Systems Main Propulsion Plant for the 75' WLR and WLIC Class Coast Guard Cutters, Stk, #2815-01-LG8-7388, 8 sets per year, 2) Data for Provisioning, 1 Set @ NSP, 3) Warranty for Main Propulsion Plant, 8 each per year, 4) Spare Parts Kit, Stk. #2815-01-LG8-7408, 8 each per year, 5) Training Sessions at Contractors location, Estimated at 2 classes per year with approximately 10 students per class, 6) Technical Representative Assistance, including Loaded Labor Rate-Straight Time Per Hour and Loaded Labor Rate - Overtime Per Hour, Note: For evaluation purposes, 8 hours will be applied to straight time and 2 hours will be applied to overtime. 7) On-site Technical Representative Services for initial light-off of each set (Port/Stbd) propulsion units and through-out the vessels entire sea trial period 8) Code Readers, P/N WLR005/HP 003, 4 each per year. The following not separately priced data information must be submitted with your quote: 1) Evidence of Emission Compliance in accordance with Section 3.4.1 of Specification #P-200-0426, 2) Engine heat rejection to cooling and air in accordance with Section 3.6.7 of Specification #P-200-0426, 3)Fuel Consumption Curve in accordance with Section 3.7.4 of Specification #P-200-0426, 4) Engine exhaust data for exhaust system in accordance with Section 3.8.4 of Specification #P-200-0426, 5) Torsional vibration analysis report in accordance with Section 3.17.1 of Specification #P-200-0426. It is intended to award a Requirements Contract with one (1) base year and four (4) option years. Delivery orders will be issued against resulting contract. The government desires delivery of supplies within 90 days after receipt of individual delivery order. Preservation, Packaging, and Marking (PP & M) to be in accordance with ASTM-3951D. All boxes shall be marked with identifying information as provided in MIL-STD-129 and marked with number of boxes (ie..Box 1 of 2, box 2 of 2....). Marking of warranted items. Pursuant to the requirements of FAR 46.706(b) (5), the Contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of the warranty. Markings may be brief but should include (i) a brief statement that the warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (Jun 2008)" with their proposal. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The following FAR provisions and clauses apply to this Request for Proposal (RFP) and are incorporated by reference: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The following addendum is added to 52.212-1: (1) Paragraph (b) - REQUIRED TECHNICAL QUALIFICATIONS - 1. Contractor shall be OEM or an authorized dealer for Fincantieri Marine Systems. Authorized dealers shall submit documentation/certification as an authorized agent for the OEM as part of their proposal package. PROPOSAL PREPARATION INSTRUCTIONS - PRICE PROPOSAL - The proposed pricing shall remain fixed throughout the term of the resultant contract, one 12 month base year with options to renew for an additional 4 years. The quantities provided are estimates only!! The proposed pricing shall be broken down as follows and shall be in accordance with the information provided above under the required specifications. ITEM 0001, 1001, 2001, 3001, 4001 - 2815-01-LG8-7388, Main Propulsion Plant for 75' Diesel Engine, Estimated 8 Sets per year. Delivery due 12 weeks or sooner after receipt of Delivery Order. ITEM 0002, - Data for Provisioning, (DFP), 1 LOT - 10 weeks or sooner after contract award ITEM 0003, 1003, 2003, 3003, 4003 - Warranty in accordance with Specification #P-200-0426, 1 year from installation or 2000 operating hours whichever comes first and/or before installation in storage for a period of up to 24 months. ITEM 0004, 1004, 2004, 3004, 4004 - 2815-01-LG8-7408 - Spare Parts Kits, 8 Each Per Year - 6 weeks or sooner after receipt of Delivery Order ITEM 0005, 1005, 2005, 3005, 4005 - Training Sessions at Contractors Location, 2 Classes per year, with approximately 10 students per class, required 30 days after Delivery Order ITEM 0006, 1006, 2006, 3006, 4006 - Technical Representative Assistance- within 48 hours after Coast Guard notification ITEM 0007, 1007, 2007, 3007, 4007 - On-Site Technical Representative Services for initial light-off of each set (Port/Stbd) propulsion units- 4 each per year - required 1 week after Coast Guard notification. ITEM 0008, 1008, 2008, 3008, 4008 - Code Reader, Part #WLR 005/HP 003, Est. 4 each per year, required 4 weeks after Delivery Order. **Technical Representative Services - Item 0006 (and all corresponding option years) includes LABOR costs only. All additional travel and sustenance expenses (the costs of transportation, lodging, meals, and incidental expenses incurred by contractor personnel while performing under this contract) shall be reimbursed in accordance with the Federal Acquisition Regulation (FAR) 31.205-46 and Joint Travel Regulations and will be reimbursed as allowable expenses in accordance with the limitations provided in that Part upon submission of adequate documentation under FAR 31.205-46(a)(3) (if applicable) and 31.205-46(a)(7). This documentation requirement will be deemed to include the submission of copies of all receipts for lodging expenses and all other single item expenses in excess of $75.00. A PROPOSAL THAT MERELY STATES THAT THE OFFEROR WILL MEET ALL THE REQUIREMENTS OF THE SOLICITATION MAY BE DETERMINED TECHNICALLY UNACCEPTABLE. FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda are added to FAR Clause 52.212-2: PROPOSAL EVALUATION - The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable proposal. The evaluated price will be ascertained by adding together the cost for each line item to achieve a final price for evaluation purposes. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. The Government reserves the right to make an award without discussions. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). The execution of a contract does not constitute authority for the Contractor to ship any quantity of the items for which it has received an award. Shipment will only be authorized by a formal Delivery Order issued by the U.S. Coast Guard Surface Forces Logistics Center (SFLC), against said contract. The quantities shown are estimates of the Coast Guard SFLC's annual requirements and are not definitely ordered hereby. However, upon award of a contract, the Coast Guard SFLC is obligated to order hereunder, such quantities as may be needed to fill its requirements for the items during the term of this contract. Except as otherwise provided for herein, the Contractor is obligated to provide all such quantities as may be required to accomplish each particular delivery order. The following FAR Clauses apply: FAR 52.216-18, Ordering (Oct 1995) incorporated by reference with the following text fill in from paragraph (a) of the clause: (a) any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Such order may be issued from the award date through the contract expiration date. FAR 52.216-19, Order Limitation (Oct 1995) (a) Minimum order: When the Government requires supplies or services covered by this contract in the amount of less than one (1) propulsion unit per Delivery Order, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order: The Contractor is not obligated to honor - (1) Any order for a single item in excess of four (4) propulsion units, (2) Any order for a combination of items in excess of ten (10) propulsion units, (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) As this is a requirements contract (i.e. includes the Requirements clause at subsection 5.216-21 of the FAR, the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitation in paragraph (b), unless that order(s) is returned to the office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item(s) called for and the reasons. Upon receiving this notice, the Government may require the supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) is incorporated by reference with the following text fill in from paragraph (f) of the clause: The contract shall govern the contractor's and the Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to perform under this contract after 60 days from the contract's expiration date. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 60 days before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall be five (5) years from date of award. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2008). The following addendum is added to 52.212-4: Address for submission of invoices: U.S. Coast Guard YARD/Finance Center, P.O. Box 4122, Chesapeake, VA 23327-4122; EMAIL TO: fin-smb-yardteam@uscg.mil. Payment Terms; The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates; HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Dec 2008) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637 (d)(4)), 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i), 52.219-28, Post Award Small Business Program Rerepresentation (Jun 2007) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-1, Buy American Act -Balance of Payments Program-Supplies (41 U.S.C. 10a-10d), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award. HSAR 3052.242.71, Dissemination of Contract Information, is hereby incorporated by reference. Offers shall be submitted using the electronic attachments including SF1449 and contractor fill in documents. Offers shall include all information specified in Proposal Preparation Instructions!! The closing date and time for receipt of offers is April 30, 2010 at 2:00 pm est. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. 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-R-40014/listing.html)
- Record
- SN02127618-W 20100422/100420235847-e57fab14dfb5f0014231f852c09e3dc1 (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 |