SOLICITATION NOTICE
20 -- GLENDINNING MDE THROTTLE UPGRADE - Package #1
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- HSCG80-11-Q-P45VH5
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil
(Nancy.M.Brinkman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS WITH SCHEDULE OF SUPPLIES/SERVICES GLENDINNING REFERENCE 7 GLENDINNING REFERENCE 6 GLENDINNING REFERENCE 5 GLENDINNING REFERENCE 4 GLENDINNING REFERENCE 3 GLENDINNING REFERENCE 2 GLENDINNING REFERENCE 1 SPECIFICATION This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-52 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 336611 and the Small Business Size Standard is 1000. 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 quotation for the following: A. REQUIREMENT: This requirement is to Provide technical expertise, training and guidance necessary to assist the USCG personnel in the connection, adjustment and test of the Glendinning Electronic Engine Control ((EEC) system onboard four (4) of the USCGC cutters IAW the attached Engineering Change and Schedule. B. PERIOD OF PERFORMANCE: is TWENTY-SEVEN (27) calendar days beginning of 4 October through 31 October 2011. C. PLACE OF PERFORMANCE: All work will be accomplished at the cutters dockside pier located in the Kingdom of Bahrain. SUPPLIES/SERVICES AND PRICES/COSTS FOR: USCGC ADAK; USCGC AQUIDNECK; USCGC MONOMOY; USCGC WRANGELL: EEC THROTTLE UPGRADE INSTALL 2011 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE 1-D TRAINING /TROUBLESHOOT JOB 1 2-D **TRAVEL AND LODGING JOB 1 3-O COMPOSITE LABOR RATE HOUR 80 B-D GFP Report NSP JOB 1 NSP Total Price of Definite & Option Items ** TRAVEL AND PER DIEM COST: **Travel time to the destination of the Kingdom of Bahrain requires 24 hours one-way. This time should be computed based on the composite labor rate and added to the Travel and Per Diem Cost. Travel Cost will be paid based on actual costs in accordance with the Joint Travel Regulation. The contractor shall submit all travel receipts for approval prior to submission of final invoicing. Glendinning Marine Products is the Sole-Source OEM provider for the Electronic Engine Control (EEC) system is used onboard the US Coast Guard 110' Foot Patrol Boats. Substitute parts/technical expertise is NOT acceptable. 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 GLENDINNING Marine Products can obtain the required technical and engineering data, and genuine OEM parts required to successfully install the Electronic Engine Control System (EEC). All responsible sources may submit a quotation which shall be considered by the Agency if received on time. 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 24 August 2011 at _10: 00 a.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 (May 2011) 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 (June 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.209-6, Protecting the Government's Interest (Dec 2010) 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 (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Central Contract Registration (Oct 2003) 52.222-41, Service Contract Act of 1965 (Nov 2007) 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/HSCG80-11-Q-P45VH5/listing.html)
- Place of Performance
- Address: KINGDOM OF BAHRAIN, Bahrain
- Record
- SN02540506-W 20110820/110819000149-a606852581950f7ecbc70a9591bb54e2 (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 |