SOLICITATION NOTICE
30 -- Open/Inspect/Report Red Gear MG509
- Notice Date
- 8/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-10-Q-5AS008
- Archive Date
- 9/9/2010
- Point of Contact
- Cynthia A Matthews, Phone: 410-762-6509
- E-Mail Address
-
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following Open/Inspect/Report with possible repair. 1) NSN 3010-01-047-2577 Gear, Red, MG509 P/N 37224 Used on 41' UTB Coast Guard Boat Qty 8 EA PLANT INSPECTION by Government Personnel as designated by SFLC Quality Assurance will perform Inspection at Contractor's Plant located at: (Quoters please fill in) _____________________________________________________________________________________________________________________________________________________________________________________________________________________ Contractor shall notify the contracting officer 14 (fourteen) days prior to material being ready for inspection. Inspect for completeness/correct Part No. Then modify in accordance with attached Overhaul Description marked Exhibit I and additional instructions as follows. Loaded Hourly Rate: tiny_mce_marker____ This rate shall be the direct and indirect labor rate, G & A, overhead, profit and shall represent the total for services performed. Cost New tiny_mce_marker___________ Inspection Charge: tiny_mce_marker_____ this cost will apply in lieu of hourly rate should inspection report reveal the equipment beyond economical repair. Preservation, Packing and Marking Charge:________. The cost quoted for this shall be the total cost the Government will be obligated to pay for preservation, packaging, and marking in accordance with the attached Inspection and Overhaul Description. This cost shall be integrated in the final unit price. Total estimated cost: tiny_mce_marker_____ FOB Destination pricing is requested for this repair order, therefore, please incorporate shipping & handling costs into this price estimate. A Wage Rate Determination will be requested and incorporated into the resultant order. ARRIVAL TEST AND INSPECTION REPORT REQUIREMENTS NOTE: A separate report is required for each CLIN In addition to any repair narrative, the inspection report submitted SHALL contain the following information: 1) Actual number of labor hours, hourly rate and total labor cost. 2) List of replacement parts required, including part numbers, unit prices and whether parts are new or reconditioned. 3) Total firm fixed price for repair. 4) Any charges involved in long term preservation and packaging. Price of new item. REPAIR WILL ONLY BE AUTHORIZED AND FIRM FIXED PRICE WILL BE SET AFTER RECEIPT AND APPROVAL OF THIS REPORT BY THE CONTRACTING OFFICER. DELIVERY SCHEDULE: Arrival Test and Inspection Report is required by the government within 14 days (or less) of receipt of equipment to be repaired. Complete delivery of repaired equipment is required by the government within 30 days (or less) of approval of Arrival Test and Inspection Report. Material deemed un-repairable shall be returned to the USCG ELC within 14 days of determination of non-reparability. Contractor, please fill in: CLIN 1 Arrival Test and Inspection Report will be delivered to the Contracting Officer within_____days of receipt of equipment to be repaired. Complete delivery of repaired equipment shall be within______days of approval of Arrival Test and Inspection Report. Standard Commercial Warranty (February 87) If the items required in a purchase order, resulting from this quotation are customarily warranted in the trade by a Standard Commercial Warranty, such warranty shall be incorporated into this order and thereby provided to the Government at no additional cost. Any Standard Commercial Warranty provided shall be identical to the Standard Commercial Warranty normally offered by the contractor to the contractor's most favored customers. Quoters are requested to state the terms and conditions of their Standard Commercial Warranty in the space provided below. If a Standard Commercial Warranty is not applicable state NONE. _____________________ _________________________________ If the contractors organization, as a standard practice in the sale of these items issues a certificate of warranty setting forth the terms and conditions of their Standard Commercial Warranty, any purchase order resulting from this quotation shall require the contractor to submit to the Contracting Officer, upon delivery of these items, said certificate. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Twin Disc. Inc. and/or their authorized distributors/repair facility can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor/repair facility and verifying the OEM will supply only genuine OEM parts. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated utilizing the following technical, price and price-related factors: (a) Technical - In order for a quotation to be considered technically acceptable the offeror MUST submit written verification from the OEM that the offeror is an authorized repair facility for the OEM. Quotations that are received without written verification shall be rejected as nonresponsive (b) Past performance -submit references where this part or similar has been repaired for the Coast Guard or the OEM. (c) Price Technical and past performance is more important than price. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-43 (Aug 2010) 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 _811310 and the Small Business Size Standard is _7.0. This synopsis/solicitation is issued pursuant to FAR 6.203-1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _Aug 25th, 2010_, at _12_ p.m. Eastern Standard Time. THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION APPLIES TO THIS SOLICITATIION AND ANY SUBSEQUENT PURCHASE ORDER THAT MAYBE ISSUED FROM THIS SOLICITATION: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (May 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. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set-aside (Jun 2003) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222.41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.); 52.222-42, Statement of Evaluation Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(41 U.S.C. 10a-10d); 52.225- 13, Restrictions on Certain Foreign Purchases (Jun 2008); 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: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 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-5AS008/listing.html)
- Record
- SN02240164-W 20100815/100813235641-6e15ac8ebce8d1d7de19d0041eb75776 (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 |