Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

39 -- Appleton Marine Buoy Handling System Parts

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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-CW056
 
Archive Date
9/30/2012
 
Point of Contact
Sharon J. Jackson, Phone: 410-762-6463
 
E-Mail Address
sharon.j.jackson@uscg.mil
(sharon.j.jackson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60. The Request for Proposal Solicitation Number is HSCG40-12-R-CW056. The applicable NAICS is 333923 and the size standard is 500 employees. (ii) NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. This solicitation and resulting contract will be non-competitive sole source contract issued for this acquisition to Appleton Marine. Based on market research, Appleton Marine is the only company that possesses the required drawings, specifications or schematics necessary to ensure the proper form, fit and function of the parts and components. (v) PRICE ARE TO BE BASED ON FOB DESTINATION The follow part numbers are all Appleton Marine part numbers: CLIN0001: NSN 3040-01-472-2151 Hydraulic Luff Cylinders, Part Number YMD-8260 Qty U/I Unit Price Total Price 4 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0002: NSN 3040-01-472-5943 Hydraulic Extension Cylinders, Appleton Marine Part Number YMD-8261 Qty U/I Unit Price Total Price 2 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0003: NSN 3950-01-506-5074 Crossdeck Winches - LH, Appleton Marine Part Number BMD-471L NOTE: In accordance with API 9A, all wire ropes shall be tested and have certifications affixed to the hook in a plastic sheath. The price for testing and providing a certificate shall be included in the unit price of CLIN 0003. Qty U/I Unit Price Total Price 8 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0004: NSN 3950-01-506-5072 Crossdeck Winches - RH, Appleton Marine Part Number BMD-471R NOTE:. In accordance with API 9A, all wire ropes shall be tested and have certifications affixed to the hook in a plastic sheath. The price for testing and providing a certificate shall be included in the unit price of CLIN 0004. Qty U/I Unit Price Total Price 8 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0005: NSN 3950-01-509-2643 Main Winches - CT, Appleton Marine Part Number YMD-9117 Qty U/I Unit Price Total Price 2 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0006: NSN 3950-01-510-6975 Aux Winches, Appleton Marine Part Number YMD-9132 Qty U/I Unit Price Total Price 2 each X tiny_mce_marker____________ = tiny_mce_marker_______________________ CLIN0007: A copy of the test certificate required for CLINS 0003 and 0004 shall be submitted to the contract administrator. Qty U/I Unit Price Total Price 16 each X $NSP = $NSP The government desires delivery of all items listed above by March 27, 2013. Contractor will deliver all items by ______________. (v) Place of delivery is: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Receiving Room Building 88 Baltimore, MD 21226-1797. Receiving room hours are Monday through Friday 7:00 a.m. to 1:00 p.m. only. (vi) PACKAGING, MARKING, BARCODING & PRESERVATION REQUIREMENTS - Marking: Shipping container shall have a waterproof label attached on each of the long sides. All markings shall be ¼" to ½" height black lettering and figures over a contrasting Painted background. Markings shall include the following information: NSN: 3040-01-472-2151 Name: Hydraulic Luff Cyclinders, Part Number: YMD-8260 Weight: "Coast Guard SFLC Material, Condition Code "A" NSN: 3040-01-472-5943 Name: Hydraulic Extension Cylinders Part Number: YMD-8261 Weight: "Coast Guard SFLC Material, Condition Code "A" NSN: 3950-01-506-5074 Name: Crossdeck Winches - LH Part Number: BMD-471L Weight: "Coast Guard SFLC Material, Condition Code "A" NSN: 3950-01-506-5072 Name: Crossdeck Winches - RH Part Number: BMD-471R Weight: "Coast Guard SFLC Material, Condition Code "A" NSN: 3950-01-509-2643 Name: Main Winches - CT Part Number: YMD-9117 Weight: "Coast Guard SFLC Material, Condition Code "A" NSN: 3950-01-510-6975 Name: Aux. Winches Part Number: YMD-9132 Weight: "Coast Guard SFLC Material, Condition Code "A" Bar Coding: The stock number shall also be bar coded in addition to the numerical marking. a) All bar coded labels shall be in accordance with SFLC Bar Coding specification number D-000-0100. 1) The actual labels shall be Type "V", Grade "C", Style 2", and Composition "a". 2) The Bar Code Label can be applied separately or as part of the marking required in 5.3. Packaging: All items shall be packaged individually, in a reusable container capable of handling repeated uses in a commercial shipping environment. They shall be constructed in accordance with ASTM D7478/D: a) Type II b) Class II c) Style A Painting: Weight handling gear/deck machinery systems and components (all surfaces exposed to the weather, except machined bores and corrosion-resistant parts - bronze, stainless steel, etc..) shall be preserved as follows: a) Abrasive-blast all steel surfaces to "Near White", in accordance with the Society of Protective Coatings (SSPC) Specification SSPC-SP 10, with angular abrasive to achieve a 1.5 to 2.5 mil anchor profile. b) Prime all surfaces (the same day they are cleaned or before flash-rusting occurs), with one coat of "Zinc-Rich Primer-Polysiloxane System", at 3.0 to 4.0 mils DFT. c) Apply a thin coat of "Polysiloxane" top coating, at 1.0 to 2.0 mils DFT. d) Apply a full coat of "Polysiloxane" top coating, at 5.0 to 6.0 mils DFT. Authorized Polysiloxane System suppliers are as provided in COMDTINST M10360.3C, Change 1, with Interim change ALCOAST 427/09 (COMDT COGARD R241408Z JUL 09), as follows: a) PPG polysiloxane system: Dimetcote 302H / PSX-700 b. Sherwin-Williams polysiloxane system: Fast Clad Zinc HS / XLE-80 Authorized colors shall be in accordance with the "Federal Standard (FED-STD) 595C, Jan 2008, Colors Used In Government Procurement", as applicable and as follows: Spar (10371) (iii) 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. Marking may be brief but should include (i) a brief statement that a warranty exists (ii) its duration and (iii) who to notify if 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 user to identify warranted items. (viii) The following FAR clauses apply to this solicitation. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its proposal or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 2012). 1. Parties responding to this solicitation who believe they can supply exact items, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead signed by a corporate officer authorized to bind the company, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The award will be made 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. The government intends to award without discussions, but reserves its right to conduction negotiations if determined necessary. (x) FAR 52.212-3 (Apr 2012) Offeror Representations and Certifications-Commercial Items - Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) FAR 52.212-5 (Aug 2012) Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alt I (Oct 1995) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Feb 2012) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-9 Small Business Subcontracting Plan (Jan 2011) 52.219-16 Liquidated Damages -Subcontracting Plan (Jan 1999) 52.219-28 Post-Award Small Business Program Representation (Apr 2012). 52.222-3 Convict Labor (June 2003)(E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (March 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 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010)(29 U.S.C. 793). 52.222-37 Employment Reports for Veterans (Sep 2010) 52.222-40 Notification of Employee rights Under the National Labor Relations Act (Dec 2010) 52.222-54 Employment Eligibility Verification (Jul 2012) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.209-7 Information Regarding Responsibility Matters (Feb 2012) (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). 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16 Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payment under this clause does not provide any new rights under the Prompt Payment Act. HSAR 3052.209-70 Prohibitions on contracts with corporation expatriates. (June 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) 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 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, 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 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (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. (xiii) PROPOSALS ARE DUE BY 10:00 AM EST on September 5, 2012. Proposals may be faxed to (410) 762-6090 or emailed to Sharon.J.Jackson@uscg.mil. Contractors are responsible for verifying receipt of their offerors. (xiv) POC is Sharon Jackson 410-762-6463 or Sharon.J.Jackson@uscg.mil. NOTICE FOR FILING AGENCY PROTESTS 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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: COMMANDANT (CG-931) U S COAST GUARD HEADQUARTERS PROCUREMENT PLANNING & OVERSIGHT DIVISION 1900 HALF STREET, SW, JR11-0203 WASHINGTON DC 20593-0001 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-R-CW056/listing.html)
 
Record
SN02865513-W 20120902/120901001102-1642dbc4fac4a82140f55713f41afaef (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.