SOLICITATION NOTICE
20 -- 210' B Class Propeller Hub Parts - Ombudsman Notice - Specification SP-PP&M-001 dated 5/10
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- HSCG40-12-R-AF071
- Point of Contact
- Florence D. Harwood, Phone: 410-762-6455
- E-Mail Address
-
florence.m.harwood@uscg.mil
(florence.m.harwood@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Preservation, Packaging, Marking and Barcode - SP-PP&M-001 dated 5/2010 Ombudsman Notice This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 6.302-1, 12.6 and 15 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal (RFP) Solicitation Number is HSCG40-12-R-AF071. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The applicable North American Industry Classification Standard Code (NAICS) is 332999. The Small Business size standard is 500 employees. The U.S.Coast Guard Surface Forces Logistics Center,(SFLC) WMEC Product Line, intends to award a firm, fixed price Contract for the purchase of four (4) specialized 210' B Class Propeller hub parts needed for the continuing overhaul and maintenance of 210' B Class Cutters. It is anticipated that a non-competitive contract shall be awarded as a result of this synopsis/solicitation. All parts must be manufactured by the Original Equipment Manufacturer (OEM), Rolls Royce Naval Marine Inc. It is the Government's belief that Rolls Royce Naval Marine Inc. is the only known source that can manufacture these hub parts and ensure compatibility with the existing onboard equipment and conformity to the OEM design and material requirements. Concerns that have the expertise and required capabilities to provide the Propeller Hub parts are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. Drawings, specifications and technical data are proprietary to the OEM and cannot by furnished by the Government. 1. NSN 2010-01-045-2778, Ring, Crank LH, P/N: C066LM02501A, 28 each 2. NSN 2010-01-225-3022, Ring, Crank RH, P/N: C066RM02501, 30 each 3. NSN 2815-01-044-4932, Piston Ring, P/N: LA02000,Rev Item 21, 16 each 4. NSN 2010-01-439-8004, Seal Ring, Hub, Propeller, P/N: 106632007-2, 32 each Pricing for FOB Destination, Baltimore, MD 21226, is desired. Shipping costs shall be included in the unit price of the item. The government requires delivery of supplies within 180 days after award. Each item shall be individually preserved, packaged, marked and barcoded in accordance with Specification SP-PP&M-001, dated 5/2010. Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. 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. The following Federal Acquisition Regulation (FAR) Provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012). The following addenda is added to 52.212-1: (1) Paragraph (b) - REQUIRED TECHNICAL QUALIFICATIONS - 1. Offeror shall be the OEM or an authorized dealer for Rolls Royce Naval Marine, Inc. Authorized dealers shall submit documentation/certification as an authorized agent for the OEM as part of their proposal package. Offers submitted by other than the OEM shall include complete and current technical and engineering data (i.e. salient physical, function and performance characteristics) or data verifying that the offered equipment has been satisfactorily manufactured for the Government or OEM in the past. This data must include sufficient information to allow the Coast Guard to evaluate the proposal and shall be submitted within 5 calendar days from the date this notice is posted. The Government does not intend to pay for the information solicited. FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required. (b) Contractor may be required to provide information relating to sales data for the same or similar items. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable proposal. To be technically acceptable, offerors must conform to the requirements as provided under addendum to FAR 52.212-1, Required Technical Qualifications. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alternate I (Apr 2011) Offerors shall complete only paragraph (b) of this provision if the offeror HAS completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror HAS NOT completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (c) through (o) of this provision. FAR 52.209-7 - Information Regarding ResponsibilityMatters (Feb 2012) is incorporated in full text as follows: (a) Definitions. As used in this provision-"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means-(1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at http://www.acquisition.gov/far. The following FAR provisions/clauses are incorporated by reference: 52.203-3, Gratuities (Apr 1984) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7, Central Contractor Registration (Apr 2008) FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). The following addenda is added to 52.212-4: 1) Paragraph (a) - replaced by FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) 2) Invoicing Requirements - Submit invoices electronically to: http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm or via mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark For: Contract Number as provided at time of award. Payment Terms; The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2012) 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), 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), 52.209-6, Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Dec 2010) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012), 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012); 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Representation (Apr 2012) (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 (Mar 2012)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 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) (E.O..'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following Homeland Security Acquisition Regulations (HSAR) are hereby incorporated by reference with the same force and effect as if incorporated in full text. Full text versions of the clauses may be viewed electronically at http://farsite.hill.af.mil/VFFARA.HTM. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) HSAR 3052.242-72, Dissemination of Contract Information (Dec 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). The closing date and time for receipt of offers is 6 September 2012, 2:00 pm e.s.t. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. Companies shall provide a valid DUNS, be registered with Central Contractor Registrations (CCR) and shall provide the company Tax Identification Number (TIN) with their offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-R-AF071/listing.html)
- Record
- SN02858320-W 20120830/120829000058-1907db11025bc705fa86c4c287faf342 (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 |