SOLICITATION NOTICE
28 -- OUTBOARD MOTOR, GASOLINE AND STERNDRIVES - Required informaton
- Notice Date
- 5/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment 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
- 70Z04018Q50782B00
- Archive Date
- 5/19/2018
- Point of Contact
- Carolyn Ward, Phone: 4107626601
- E-Mail Address
-
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- JOTFOC two JOTFOC one Required information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 70Z04018Q50782B00 applies and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-97 (06 Nov 2017). (iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 333618. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Mercury Marine. It is the Government's belief that Mercury Marine is the only source that can provide the Outboard Motor, Gasoline and Sterndrives for the U.S. Coast Guard. However, other potential sources with the expertise and required capabilities to provide these parts can submit such data discussing the same in duplicate within 2 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: NSN: 2805 01-626-1151, MFG NAME: MERCURY MARINE DIV OF PART_NBR: 1300V33BD OUTBOARD MOTOR, GASOLINE 2015 MERCURY 1301V33BD 300XXL 300 HP VERADO HORSEPOWER: 300 HP (224 KW) DISPLACEMENT: 2.6 L RPM: 5,800 - 6,400 FULL THROTTLE RPM FUEL INDUCTION: FUEL: SEQUENTIAL MULTI-PORT ELECTRONIC FUEL INJECTION (EFI) AIR: SUPERCHARGED WITH CHARGE AIR COOLING AND ELECTRONIC BOOST PRESSURE CONTROL STARTING: SMART START ELECTRIC GEAR RATIO: 5.44 IN. GEARCASE (1.85:1) GEAR SHIFT: DTS ALTERNATOR: 70A, 882W (BELT-DRIVEN) SHAFT LENGTH: 30 IN. (762 MM) ROTATION: STANDARD ROTATION WEIGHT: 635 LBS. (288 KG) INDIVIDUALLY PACKAGED UNITS SHALL BE DESIGNED TO CONSERVE WEIGHT AND CUBE WHILERETAINING THE PROTECTION REQUIRED AND ENHANCING STANDARDIZATION. PACKAGE DESIGN SOULD INCORPORATE DESIGN TO ALLOW MULTIPLE USES TO RETURN COND-F ASSETS BACK TO SFLC AND TO REPAIR FACILITIES QUANTITY: 3 EA. DESIRED DELIVERY DATE: 07/11/2018 OR PLEASE INDICATE YOUR BEST LEAD TIME/DELIVERY DATE:______________ Item 0002: NSN: 2805 01-626-1067, MFG NAME: MERCURY MARINE DIV OF PART_NBR: 1300V34BD OUTBOARD MOTOR, GASOLINE 2015 MERCURY 1300V34BD 300CXXL 300 HP VERADO HORSEPOWER: 300 HP (224 KW) DISPLACEMENT: 2.6 L RPM: 5,800 - 6,400 FULL THROTTLE RPM FUEL INDUCTION: FUEL: SEQUENTIAL MULTI-PORT ELECTRONIC FUEL INJECTION (EFI) AIR: SUPERCHARGED WITH CHARGE AIR COOLING AND ELECTRONIC BOOST PRESSURE CONTROL STARTING: SMART START ELECTRIC GEAR RATIO: 5.44 IN. GEARCASE (1.85:1) GEAR SHIFT: DTS ALTERNATOR: 70A, 882W (BELT-DRIVEN) SHAFT LENGTH: 30 IN. (762 MM) ROTATION: COUNTER ROTATION WEIGHT: 635 LBS. (288 KG) INDIVIDUALLY PACKAGED UNITS SHALL BE DESIGNED TO CONSERVE WEIGHT AND CUBE WHILE RETAINING THE PROTECTION REQUIRED AND ENHANCING STANDARDIZATION. PACKAGE DESIGN SOULD INCORPORATE DESIGN TO ALLOW MULTIPLE USES TO RETURN COND-F ASSETS BACK TO SFLC AND TO REPAIR FACILITIES QUANTITY: 2 EA. DESIRED DELIVERY DATE: 07/11/2018 OR PLEASE INDICATE YOUR BEST LEAD TIME/DELIVERY DATE:______________ Item 0003: 3040 01-661-0628, MFG NAME: MERCURY MARINE DIV OF PART_NBR: 5237300TP, STERNDRIVE MERCRUISER BRAVO ONE X STERNDRIVE. SPECIFICATIONS GEAR RATIO 1.65:1 PROPELLER HUB TYPE FLO-TORQ II ROTATION STANDARD MAX HP CAPACITY 450 HP MAX PROP DIAMETER 16" STERNDRIVES ARE TO BE INDIVIDUALLY PACKAGED AND LABELED IN REUSEABLE CONTAINERNS TO INSURE THE RETURN OF COND-F ASSETS. USE PACKAGING REFERANCE MIL-STD-2073-1E, MILSTD- 129R, ISO/IEC-16388-2007 DATED 01/07/11. QUANTITY: 2 EA. DESIRED DELIVERY DATE: 08/16/2018 OR PLEASE INDICATE YOUR BEST LEAD TIME/DELIVERY DATE:______________ ***INCLUDE SHIPPING WITH LINE ITEMS*** (vi) Place of delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead 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 6) Price and delivery information 7) Provide one (3) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - 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. Award will be lowest technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2017) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2018). The following clauses are incorporated: a. 52.204-10, Reporting Executive compensation and First Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest When Subcontactors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (EO 11755) f. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) g. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246) h. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) i. 52.222-50, Combating Trafficking in Persons (Mar 2015) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) k. 52.225-3, Buy American-Free Trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42 and 112-43). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). n. 52.233-3 Protest after award (Aug 1996) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY THURS. 5/3/18 AT 4 PM EST. QUOTES ARE DUE BY FRI. 5/4/18 AT 4 PM EST. Proposals may be emailed to Carolyn.Ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.Ward@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z04018Q50782B00/listing.html)
- Record
- SN04906307-W 20180503/180501230748-bad687c1d6f95e458246a7da81238472 (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 |