SOLICITATION NOTICE
49 -- Overhaul Kits
- Notice Date
- 1/21/2011
- 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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG40-11-Q-10105
- Archive Date
- 2/22/2011
- Point of Contact
- Cathy Pelekakis, Phone: 4107626276, Scott Wood,
- E-Mail Address
-
cathy.pelekakis@uscg.mil, Scott.A.Wood@uscg.mil
(cathy.pelekakis@uscg.mil, Scott.A.Wood@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-47 (JAN 2011) 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 $5M. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following parts: Item 1 NSN: 4920 01-F11-2127 87 WPB SSDG Overhaul Kit Part Number: 87SSDGOHK Required by 05/13/11 Quantity 12 ea The Kit(s) consists of the following parts: Appendix A MAN Diesel Engine: D0824LE301 Engine Section Replacement Parts List Part # Description Qty 51.04410.0150 Cam bearing 3 51.00900.6577 Gasket seal set 1 51.01113.6042 Main bearing 4 51.01114.6091 Thrust bearing 1 51.02410.6491 Rod bearing 4 51.90490.0038 Connecting rod bolt 16 51.90020.0381 Cylinder head bolts 16 51.01804.0012 Valve cover breather diaphragm 1 51.97601.0233 Diaphragm seat 1 51.97601.0230 Diaphragm spring 1 51.98112.0203 Cam thrust washer 1 51.05410.0056 Pressure relief valve 1 51.97601.0226 Relief spring 1 51.05601.0124 Oil cooler core 1 51.05501.7160 Oil filter 1 51.06500.6476 New fresh water pump 1 51.06402.0060 Thermostat 1 6410879 Pressure cap 1 51.09100.7325 Turbo Charger 1 51.10100.7377 New injector 4 51.98701.0090 Tip washer 4 51.96501.0348 Saddle washer 4 51.12101.7136 Lift pump assembly 1 51.12503.0059 Secondary fuel filter 1 06.58073.1372 Belt set 1 51.93410.0110 Idler bearing 2 29600-1201 Sea water pump 1 5142599 Innercooler gasket 2 RE0870 Air filter 1 3001-600 Blanket, exhaust manifold 1 3001-601 Blanket, turbo 1 3001-808 Hose, aireation 1 6606 hose clamp 2 3001-804 Hose, upper 1 3001-805 Hose, lower 1 3001-806 hose, block heater 2 6610 hose clamp 8 3001-509 Fuel line 1 3001-503 Fuel line 1 51.96330.0346 Hose, turbo drain 1 70-225-4 Hose 3 70-200-3 Hose 1 70-125-3 Hose 1 70-125-6 Hose 1 70-175-3 Hose 1 70-200-12 Hose 1 70-200-4 Hose 1 70-138-4 Hose 2 3001-326 Elbow hose 1 3001-323 Breather hose 1 3001-324 Breather hose 1 3001-328 Breather drain hose 1 76016 hose clamp 12 76020 hose clamp 14 76024 hose clamp 4 76028 hose clamp 4 76032 hose clamp 12 76036 hose clamp 12 150-0386 Hose, clear (inches) 32 8924968 clamp 1 X002350 Indicator, restriction 1 6829 Drain valve 1 MSP6721 Speed sensor 1 BR200 Ball bearing rod ends 1 3001-901 Decal, firing order 1 3001-902 Decal, valve lash 1 TM4594 Hourmeter (00-00-0865) 1 3001-802R3 Seawater Pipe 1 3001-801R4 Seawater Pipe 1 Stamford Generator Model # UCM224F1L 322D Generator Section Replacement Parts Qty 051-01032 Generator Bearing 1 051-21784 Bearing O-Ring 1 RSK-2001 Diode Rectifier Assembly Kit 1 The item(s) are used on the US Coast Guard 87' WPB Coast Guard vessels.Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-coded. OVERHAUL PARTS KITTING FOR 87 WPB SHIP SERVICE DIESEL- GENERATOR 1.0 SCOPE 1.1. General - This purchase description sets forth the requirements for the purchase of specific parts listed in Appendix A; packaging and crating the parts; labeling, bar-coding, and shipping the crated Kit, now to be called the: 87WPB SSDG Overhaul Kit, to the U.S. Coast Guards warehouse in Baltimore, MD. 2.0 APPLICABLE DOCUMENTS 2.1. General - The documents listed in this section are specified in sections 3, 4, and 5 of this purchase description. This section does not include documents cited in other sections of this description or recommended for additional information or as examples. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements cited in sections 3, 4, and 5 of this description, whether or not they are listed. 2.1.1 Government Documents - The following specifications, standards, publications, and handbooks form a part of this service description to the extent specified herein. Unless otherwise specified, the versions in effect are those listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions or the current Department of Defense Single Stock Point of Specifications and Standards, (DODSSP), and supplements thereto, cited in the solicitation or contract. 2.2. Coast Guard Documents - SFLC Specification D-000-0100, Rev G, Change 1, Feb 06, Bar Code Requirements. 2.3. Specification Order of Precedence - In the event of a conflict between the text of this purchase description and the references cited herein, this description shall take precedence, unless otherwise specified herein. Nothing in this description, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.0 REQUREMENTS 3.1. General - Contractor shall provide all parts listed in Appendix A; labor for packaging, crating; labeling Kit with specified part number and bar-coding; and shipping of the Overhaul Kit to the U.S. Coast Guard in Baltimore, MD in accordance with all Local, State, and Federal hazardous material regulations and requirements. 3.1.1 Contractor shall purchase all specified parts and quantities stated in Appendix A. Contractor shall not deviate from or substitute the part numbers of manufacturers listed in Appendix A unless otherwise stated herein. a. Contractor may purchase equivalent manufactured parts of all items listed as "hose clamp" in Appendix A. These items include: 1. 6606 hose clamp 2. 6610 hose clamp 3. 76016 hose clamp 4. 76020 hose clamp 5. 76024 hose clamp 6. 76028 hose clamp 7. 76032 hose clamp 8. 76036 hose clamp 3.1.2 Contractor shall package, and crate items in Appendix A, and mark crate as specified in section 5 of this description. 3.1.3 Contractor shall ship crated Overhaul Kit to: U.S. COAST GUARD SURFACE FORCES LOGISTICS CENTER RECEIVING ROOM - BLDG. 88 2401 HAWKINS POINT ROAD BALTIMORE, MD 21226 3.2 Material/Equipment - The contractor shall provide storage for the M/E when not in use, and safe handling when in use. a. The storage area shall at a minimum be closed on all sides, dry, and locked when unattended. 4.0 QUALITY ASSURANCE 4.1. General - Contractor shall ensure that all parts listed in Appendix A are packed with the individual parts Original Equipment Manufacturer (OEM) packages and crated into a single crate. Items are to be crated and crate labeled so as to maintain the original integrity of the OEM packaged parts. 4.2. Packing List - Contractor shall ensure that each crated Kit contains a Packing List for all items that includes the ITEM NAME, PART NUMBER, and associated QUANTITIES. 4.0 PACKAGING, PACKING, CRATING AND MARKING 5.1. General - All parts in Appendix A shall be packaged, packed, and marked as specified herein. 5.2. Packing - Contractor shall ensure that all parts listed in Appendix A are packed and crated in the individual part's Original Equipment Manufacturer (OEM) packages. Items are to be crated so as to maintain the original integrity of the OEM packaged parts. 5.3. Marking - The marking described herein shall be placed on the outside of the crate in an easily accessible and visible location. 5.4.1 All markings shall be stenciled in block type black lettering on the outside of the wooden crate. The black lettering shall be at least 1 inch letters. 5.4.2 The markings shall consist of the ASSET CONTROL NUMBER, ITEM NAME, PART NUMBER, and CONTRACT NUMBER. a. The marking shall be in the format as follows: Asset Control Number (ACN) 4920-01-F11-2127 Item Name: 87WPB SSDG OVERHAUL KIT Part Number: 87SSDGOHK Contract Number: SEE CONTRACT 5.4. Bar Coding - Bar code labels shall be supplied on each crate. a. All bar coded labels shall be in accordance with SFLC specification D-000-0100. b. The actual labels shall be Type "V", Grade "A", Style"2", Composition "b" with plastic laminate. c. Each label shall contain encoded data for the Asset Control Number and Contract Number. 5.5. Coast Guard Acceptance - Acceptance will be made at destination by a Coast Guard representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order and Contractor's conformance to packaging, packing, crating and marking. 6.0 NOTES 6.1. Government Document Sources 6.1.1. Coast Guard Documents a. USCG Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD. 21226-5000 (410) 762-6434 Attn: Scott Wood www.uscg.mil/hq/elcbalt Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. 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 Man Nutzfahrzeuge AG(OEM) and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide 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, and verifying the OEM will supply only genuine OEM parts. 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 7 Feb 2011 at 12:00 p.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. 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. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. 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 (Oct 2010). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.203-6, Restrictions on Subcontractor sales to the Government (Sep 2006) with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.X. 2402); 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S>C. 637 (d)(2) and n(3)) 52.219-28, Post Award Small Business Program representation (APR 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(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 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212); 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); 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); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq. FAR 52.246-1 Contractor Inspection Requirements (Apr 1984) FAR 52.246-1 Contractor Inspection Requirements (Apr 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) 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/COUSCGMLCA/HSCG40-11-Q-10105/listing.html)
- Record
- SN02364763-W 20110123/110121234339-1b091e274bfb760b38a5a54a070f43b5 (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 |