SOLICITATION NOTICE
20 -- Manufacture Shaft Sleeves - Controllable Pitch Propeller Shafting - Work Item 1 - Drawings - Shaft Sleeves - Work Item 2
- Notice Date
- 5/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331529
— Other Nonferrous Metal Foundries (except Die-Casting)
- 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
- 70Z08018Q21077B00
- Archive Date
- 7/9/2018
- Point of Contact
- Florence M. Harwood, Phone: 410-762-6289
- E-Mail Address
-
florence.m.harwood@uscg.mil
(florence.m.harwood@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Shaft Sleeve Work Item 2 Shaft Sleeve Drawings Shaft Sleeve Work Item 1 Controllable Pitch Propeller Shafting Drawing 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. 2. All correspondence regarding this acquisition shall reference Request for Quotation (RFQ) Number 70Z08018Q21077B00. 3. This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. 4. This RFQ is unrestricted. All responsible sources may submit a quotation which shall be considered by the agency. The applicable North American Industry Classification Standard Code (NAICS) is 331529. The Small Business size standard is 500 employees. 5. NSN 2010-01-345-2314, Sleeve Tail Propulsion Shaft, 10 each @ tiny_mce_marker____________= tiny_mce_marker________________ Unit Price Total NSN 2010-01-345-2315, Sleeve Tail Propulsion Shaft, 10 each @ tiny_mce_marker____________= tiny_mce_marker________________ Unit Price Total For evaluation purposes, the estimated cost of travel for 1 on-site Quality Assurance inspection at the Contractor's plant will be calculated. The inspection will take place at (insert physical address): ___________________________________________________________________. 6. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) Medium Endurance Cutter Product Line (MECPL) intends to award a firm, fixed price contract for the manufacture of shaft sleeves in accordance with Work Item Specifications for Sleeve Tail Propulsion Shafts for 270' WMEC A & B class cutters and associated applicable drawings (Attached). 7. Delivery: The Government requires delivery of supplies 90 calendar days after award in accordance with FAR 52.211-8, Time of Delivery (June 1997). The offeror's proposed delivery time shall be included with their quote. If a proposed delivery time is not provided, the required delivery time shall apply. The Contracting Officer shall be notified at least 10 working days prior to being ready for any inspections or testing. Offerors are requested to submit pricing FOB Destination to the U.S. Coast Guard SFLC, 2401 Hawkins Point Road, Receiving Room, Bldg 88, Baltimore, MD 21226. Deliveries are accepted M-F, 7:00 a.m. - 1:00 p.m., EST. **If proposing FOB Origin shipping terms, Offerors shall include estimated shipping costs with their offer. Preservation, Packaging, and Marking: To be in strict accordance with Section 5 of the Work Item Specifications. Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. 52.212-1, Instructions to Offerors-Commercial Items (JAN 2017) applies to this acquisition. (a) Submission: Quotes shall be submitted electronically to: Florence.m.harwood@uscg.mil. All submissions shall reference 70Z08018Q21077B00. Along with the pricing submission, delivery and warranty terms, and required technical qualification information, offerors shall provide a valid DUNS, be registered with the System for Award Management (SAM) at www.sam.gov, and shall provide their company's Tax Identification Number (TIN) with their quote. (b) DHS Notice to Offerors: It is DHS policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit Other than Certified Cost or Pricing Data (in accordance with FAR 15.403-3) to support price negotiations. (c) REQUIRED TECHNICAL QUALIFICATIONS - The Offeror shall provide a written technical plan to clearly demonstrate their understanding of the requirement. Offeror(s) shall demonstrate their ability to successfully overhaul, test, package, mark and delivery in accordance with this Request for Quote, Specification(s) and associated CG drawing(s). In order to be considered technically acceptable an offeror will be rated on their ability to perform each of the following elements: Technical: Offeror shall demonstrate the capability to manufacture propulsion shaft sleeves in strict accordance with Coast Guard specifications and drawings (including size, tolerance and finish requirements). Offeror shall provide evidence of the capability to provide sufficient on-site storage space to properly store Government Furnished Equipment (GFE) for the duration of the contract. "Properly store" is defined as enclosed, dry, and locked when unattended. Offeror shall provide evidence of the ability to provide USCG Quality Assurance (QA) personnel with a separate area in which to perform QA inspections. The area shall contain the inspection and necessary test equipment Offeror shall demonstrate ability to provide material certifications and chemical analysis for material and heat, as required. Offeror shall demonstrate ability to perform hydrostatic inspection/tests in accordance with ASTM E1003. Offeror shall provide evidence of capability to provide space, personnel and test equipment for the conduct of all inspection requirements. Offeror shall provide evidence of a test equipment calibration program in compliance with ASQ/ISO/IEC 17025, documented and traceable to the National Institute of Standards (NIST). Offeror shall demonstrate the ability to preserve, pack, and mark each Sleeve in accordance with requirements in Part 5 of the Work Item Specifications. Past Performance: Offerors shall submit with their proposal a list of at least 2 past performance references for the manufacturing of the same or similar items required by this solicitation by either the offeror or their subcontractor (if applicable). Information shall include, at a minimum, full contact information, including email addresses for the reference, an applicable contract/order number, period of performance, and a brief description of the work performed/items manufactured. If the offeror does not have a record of past performance that shall be clearly stated in the offer. (d) FAR 52.215-20 ALT IV REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) (a) Submission of certified cost or pricing data is not required. (b) If the Contracting Officer determines that discussions regarding the proposed prices are necessary, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market, or other supporting information, including cost summaries, supplier quotes, or verifiable changes in the price of raw materials or components parts, that is adequate for evaluating the reasonableness of the price for this acquisition. 9. FAR Provision 52.212-2, Evaluation-Commercial Items (OCT 2014) and the following addenda apply: EVALUATION - Offers received in response to this request for quotations shall be evaluated on a best value basis considering the following factors, listed in order of precedence: i.) Technical Capability, ii.) Past Performance, iii.) Delivery Schedule, iv.) Total Price. The Government will award a contract resulting from this RFQ determined to provide the best value to the Government considering all non-price and price related factors. The evaluation of quotes submitted in response to this RFQ will be conducted using a "tradeoff" process to obtain the best value to the Government. A trade off will be made between cost and non-cost factors permitting acceptance of other than the lowest price offer. In determining best value, the total cost/price, including other cost factors is considered to be less important than technical merit. Past performance is considered to be of lesser importance than technical merit; however, the closer the merits of the combination of the Technical Plan and Past Performance are to one another, the greater will be the importance of price in making the award determination. In the event that two or more technical plan(s) and past performance reports are determined equivalent, award may be made to the lower priced quote, provided the price is reasonable. The Government intends to award a contract without discussions. If discussions are held the Government will conduct discussions with all firms that have provided an acceptable quote, and final quote revisions will be requested. The following shall be submitted with offeror's quote: a. Technical Plan - To be technically acceptable, offerors shall conform to the requirements as provided under addendum (1) to FAR 52.212-1, Required Technical Qualifications. b. Past Performance - The offeror shall submit at least two (2) relevant past performance references. Relevancy considers size and scope similar to the same type of services that are being solicited. Information shall include, at a minimum, full contact information, including email addresses for the reference, an applicable contract/order number, period of performance, and a brief description of the work performed. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The offeror will be rated neither favorably or unfavorably; however, relevant past performance will be rated higher than neutral. c. Quote/Price -. Award will be made on an ALL OR NONE basis, multiple awards will not be made. The evaluated price will be ascertained 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 and to determine the Offerors understanding and ability to perform the contract. The Government intends award without discussions unless the Contracting Officer determines that discussions are necessary. The Government will award a contract resulting from this RFQ to the lowest priced, technically acceptable offeror. To be technically acceptable, offerors shall demonstrate the capability to meet the technical requirements provided under the addendum to FAR 52.212-1. 10. Offeror must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2017), Alternate I, with their quote. 11. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017) is incorporated by reference. The following addenda apply: a.) 52.246-2, Inspection of Supplies - Fixed Price (AUG 1996) b.) Invoicing: Submit invoices via email to FIN-SMB-INVOICES@USCG.MIL or at the following web site: http://www.fincen.uscg.mil/electron_cg.htm. NOTE: Failure to submit a complete invoice to the office listed above may delay payment. Invoices shall be processed in accordance with the Prompt Payment Act (31 U.S.C.3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Include the Contract Number on the invoice (provided at time of award). 12. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 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) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.204-10 - Reporting Executive Compensation and First-tier Subcontract Awards (Oct 2016) (Pub L 109-282) (31 USC 6101 note) 52.209-6 - Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Oct 2015) (31 U.S.C. 6101 note) 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41. U.S.C. 2313) 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offerer elects to waive the preference, it shall so indicate in its offer( (15 U.S.C. 657a). 52.219-8 - Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 - Post Award Small Business Program Representation (Jul 2013) (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 (Oct 2016)(E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) 52.222-26 - Equal Opportunity (Sept 2016)(E.O 11246) 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) 52.222-50 - Combating Trafficking in Persons (Mar 2015)(22 USC chapter 78 and E.O. 13627) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 - Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)(31 USC 3332) 13. Additional Contract Requirements: Unauthorized Instructions from Government Personnel (a) The Contractor shall not accept any instructions issued by any person employed by the U.S. Government or otherwise other than the Contracting Officer or the Contracting Officer's Representative acting within the limits of their authority. A Contracting Officer's Representative shall be designated in writing to the Contractor and shall set forth the scope of their authority. (b) No information, other than that which may be contained in an authorized amendment to this purchase instrument duly issued by the Contracting Officer, which may be received from any person employed by the Government or otherwise will be considered as grounds for deviation from any stipulations of the purchase instruments. Government Representatives (a) The Government may, upon contract award or thereafter, name representatives with titles such as Project Officer, Contracting Officer's Representative(s), and so on. Such individuals, IF APPOINTED, will be named in writing by the Contracting Officer. The letter of appointment will indicate the individuals, titles, and stipulate the rights, responsibilities, and limitations of their appointment. (b) In any event, no such named individual has the authority to issue any direction under this contract, either technical or otherwise, which constitutes a change to the terms, conditions, and price or delivery schedule of the contract. ONLY the Contracting Officer is authorized to alter the contract in any manner. 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 (1) a brief statement that a warranty exists; (2) the substance of the warranty; (3) its duration; and (4) whom 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. Standard Commercial Warranty: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty and attach a copy of the warranty terms with their offer. Contractor Performance Assessment Report (CPAR) (a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor. This solicitation incorporates one or more Federal Acquisition Regulation (FAR) provisions and clauses by reference with the same force and effect as if they were given in full text. The full text of a provision or clause may be requested or accessed electronically at www.acquisition.gov. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014). 52.232.40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). 52.246-15 Certificate of Conformance. CERTIFICATE OF CONFORMANCE (APR 1984) (a) When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report distributed to the payment office or attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Administration Services. In addition, a copy of the signed certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: I certify that on ____________ [insert date], the ______________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No._____ via ____ [Carrier] on ________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document. DATE OF EXECUTION: ________________________________ SIGNATURE: ________________________________________ TITLE: _____________________________________________ The following full text Homeland Security Acquisition Regulation (HSAR) Clauses/Provisions are included and applicable to this acquisition: HSAR 3052.212-70, Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sept 2012) : The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: HSAR 3052.205-70, Advertisement, Publicizing, Awards, and Releases (Sep 2012) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). HSAR 3052.247-72, F.O.B. Destination Only 14. Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 15. Quotes shall be submitted electronically to Florence.m.harwood@uscg.mil. All submissions shall reference 70Z08018Q21077B00 and are due by 17 May 2018, 12:00 pm, Eastern Standard Time. 16. The contract administrator of the resultant contract shall be Florence.m.harwood@uscg.mil. 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 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-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08018Q21077B00/listing.html)
- Record
- SN04912652-W 20180509/180507230539-3e9b5b096e6acf206c54cfbddc3469a2 (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 |