Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

17 -- ELECTRIC AIR TOWING TRACTOR, WHEELED

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-500019
 
Response Due
8/19/2005
 
Archive Date
9/3/2005
 
Point of Contact
Darlene Tucker, EISD Contract Specialist, Phone 252-335-6204, Fax 252-335-6452, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHTucker@arsc.uscg.mil, CCox@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: Quotes are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the solicitation number is HSCG38-05-Q-500019. The U. S. Coast Guard intends to purchase Electric Powered Vehicles for towing USCG aircraft and support equipment with gross weights up to 40,000 pounds in and around ramps, hangars and flight line areas at shore installations. The equipment shall be a medium-duty electric powered vehicle. The tow vehicle shall be capable of developing 4,500 pounds of drawbar pull minimum in the forward and reverse direction. Vehicles are powered by an AC electric motor with an automatic shift transmission. Controls are conventional automotive design and layout. (See Purchase Description and Requirements Description, Modification 0001). All vehicles and their components manufactured during production shall be form fit and functionally identical. Tow vehicle shall meet Electromagnetic Interference (EMI) certification. Vehicle shall meet the requirements of MIL-STD-461E. Tow vehicles will be placed at the following locations (CGAS Kodiak, Alaska, 2 EA; CGAS Los Angeles, CA, 2 EA; CGAS Humboldt Bay, McKinleyville, CA, 2 EA; CGAS Washington DC (Ronald Reagan National Airport), 2 EA; and CGAS Elizabeth City, NC, 8 EA). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 333924, and the small business size standard is 750 employees. Quantities listed are estimates for the base year and each option year. Failure of the Government to order any of the line items or quantities described as estimated or maximum will not entitle the Contractor to any equitable adjustment in price. Base Year Item 1 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description, Quantity 2 EA. To be delivered to U. S. Coast Guard Aircraft Repair and Supply Center, Elizabeth City, NC 27909. Item 2 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 5 EA. Item 3 On-Site Training ? On-Site Training to be performed at USCG, ARSC, Elizabeth City, NC, Quantity 1 JB. Option Year One Item 4 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description. Quantity 6 EA. To be delivered to U. S. Coast Guard Aircraft Repair and Supply Center, Elizabeth City, NC 27909. **Minimum Guaranteed Purchase = 1 Tow Tractor.** Item 5 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 6 EA. Item 6 On-Site Training ? On-Site Training to be performed at USCG, ARSC, Elizabeth City, NC, Quantity 1 JB. Item 7 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description. Quantity 2 EA. To be delivered to U. S. Coast Guard Air Station Washington, National Airport, Hangar 6, Washington, DC 20001 Item 8 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 2 EA. Item 9 On-Site Training ? On-Site Training to be performed at USCG Air Station Washington, DC, Quantity 1 JB. Item 10 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description. Quantity 2 EA. To be delivered to U. S. Coast Guard Air Station Los Angeles, 7159 World Way West, Los Angeles, CA 90045. Item 11 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 2 EA. Item 12 On-Site Training ? On-Site Training to be performed at USCG Air Station Los Angeles CA, Quantity 1 JB. Item 13 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description. Quantity 2 EA. To be delivered to U. S. Coast Guard Air Station Humboldt Bay, 1001 Lycoming Way, McKinleyville, CA 95519. Item 14 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 2 EA. Item 15 On-Site Training ? On-Site Training to be performed at USCG Air Station Humboldt Bay, McKinleyville, CA, Quantity 1 JB. Item 16 Tractor Aircraft EL ? Tow tractor in accordance with the requirements and quality Assurance provisions of the attached Purchase Description. Quantity 2 EA. To be delivered to U. S. Coast Guard A/S, C/O Support Center, Bldg. 26, Shipping and Receiving, Kodiak, AK 99619. Item 17 Technical Data ? Manuals/Publications per 3.11 of Purchase Description, Quantity 2 EA. Item 18 On-Site Training ? On-Site Training to be performed at USCG A/S, C/O Support Center, Kodiak, AK, Quantity 1 JB. Packaging, Packing, and Preservation will be in accordance with best commercial practices. Items will be individually packaged and labeled. Labeling will include the appropriate Part Number, Nomenclature, Quantity, Contract Number, and Line Item Number. Labeling data will be attached to the outside of the shipping container. Packaging material will not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Bar coding is not required. Inspection and acceptance of material will be performed by the USCG Receiving personnel. Specifications are not available and cannot be furnished by the U. S. Coast Guard. Quotes may be F.o.b. Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin quotes MUST include shipping costs to be considered responsive. All questions pertaining to the solicitation must be in writing and may be e-mailed or faxed to Darlene H. Tucker at dhtucker@arsc.uscg.mil or (252) 335-6452. Telephonic requests will not be honored. There is no formal solicitation document. A company representative authorized to commit the company must sign the offer. All responsible sources may submit an offer which will be considered by the agency. See Numbered Note 9. Contractor?s must have valid Cage codes and DUNS Numbers, and be registered with Central Contractor Registration (CCR). A Data Universal Numbering System (DUNS) Number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer, CCR, contractors should be registered in the CCR. Contractors are encouraged to register in the FedBizOpps ?Vendor Notification Service? (located on the FedBizOpps home page) to receive all notices for solicitation HSCG38-05-Q-500019. Quotes may be submitted on company letterhead stationary and must include the following items: **Nomenclature **Part Number **Unit Price per Clin **Extended Price per Clin **FOB Point **Any discount points for prompt payment **Business Size standard and minority classification **Completed Offeror Representations and Certifications-Commercial Items (ORCA), FAR 52.212-3. (See Modification 2) The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. ADDENDUM 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2004) ***All respondents shall complete the USCG Electric Tow Tractor Proposal Evaluation Form in its entirety. State in detail how it meets the specifications and give ranges of operation, etc., or a detailed description. Proposals submitted that do not use the USCG Requirement Description Evaluation Form to submit their proposals will not be evaluated. Additional information over that requested within the Evaluation Form is welcome.*** Evaluation of proposals shall be conclusive of Option quantities. Offeror is hereby notified that option purchase may be exercised within one year of the date of award or maybe delayed until the end of the contract?s base year. If an earlier exercise of the Option purchase causes a difference in price, offeror should state. Therefore, Offeror may propose varying Option prices based on date of exercise of the Option if desired. Total contract period shall not exceed two (2) years during which orders may be placed. ADDENDUM 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 2005) *** All completed proposal categories listed in this document shall be evaluated by the U. S. Coast Guard Proposal Technical Review Team on a 1 to 5 scale; 1 being the low end of the scale, 5 being the high end of the scale. Categories left blank shall be weighted with a multiplier of zero (0). The category evaluations will then be multiplied by the Scoring Weight Multiplier to attain the full category evaluations score. All evaluated categories shall be added to determine the Final Technical Evaluation.*** Award will be made to the offeror proposing the best value to the Government considering technical capability, delivery, price and past performance, in that order.The U. S.Coast Guard intends to award a contract based on proposal evaluation only, but reserves the right to perform pre-award on-site visits to contractor?s facilities only if necessary. Therefore, your proposal must answer all criteria listed on the Requirement Description Document. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS. COMMERCIAL ITEMS (MAR 2005) OFFERORS SHALL INCLUDE A COPY OF THIS PROVISION WITH THEIR OFFER. (See Modification 2) ADDENDUM 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003) 52.204-4 Printed Copied Double-Sided on Recycled Paper (AUG 2000) 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999) 52.204-7 Central Contractor Registration (OCT 2003) 52.211-14 Notice of Priority Rating for National Defense Use (SEPT 1990) Any contract awarded as a result of this solicitation will be DO-A1 rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.211-15 Defense Priority and Allocation Requirements (SEPT 1990) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.216-18 Ordering (OCT 1995) 52.216-19 Ordering Limitations (OCT 1995) para a) Base Year and each exercised Option Year: Para (a) 1 each for all contract line items; Para (b) 1) ten percent (10%) greater than the Contract line item quantity, 2) total line item quantities plus (+)) ten percent (10%) 30 Calendar days, Para (d) 10 Calendar days. 52.216-22 Indefinite Quantity (OCT 1995). 52.217-5 Evaluation of Options (JUL 1990). 52.217-6 Option for Increased Quantity (MAR 1989) within 30 days of contract expiration date. 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) within 30 days of contract expiration date. 52.232-18 Availability of Funds (APR 1984). 52.232-19 Availability of Funds for the Next Fiscal Year ( APR 1984). 52.233-2 Service of Protest (AUG 1996) 52.233-3 Protest After Award (AUG 1996) 52.242-13 Bankruptcy (JUL 1995) 52.246-2 Inspection of Supplies, Fixed Price (AUG 1996). 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984). 52.252.-2 Clauses Incorporated by Reference (FEB 1998) Full text may be accessed electronically at www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html. ADDENDUM 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (JUL 2005) 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995). Alternate I (OCT 1995). 52.219-8 Utilization of Small Business Concerns (MAY 2004) 52.219-9 Small Business Subcontracting Plan (JAN 2002) 52.219-14 Limitations on Subcontracting (DEC 1996) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (DEC 2001) (38 U.S.C. 4212) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Feed (DEC 2004) 52.225-13 Restrictions on Certain Foreign Purchases (MAR 2005) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003).(a) Prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. 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 homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (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, Public Law 107-296, 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 after November 25, 2002, 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 the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107-296. (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 after the date of enactment of this Act and 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 purpose of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of Public Law 107-296 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; (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. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107-296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of provision) Closing date and time for receipt of offers is August 19, 2005, 3:00 p.m., EST. No extensions will be granted. No late submissions will be accepted. All responsible sources may submit an offer, which shall be considered by the Agency. Anticipated award date is on or about September 2, 2005. Contact Darlene H. Tucker 252-335-6204 or Constance W. Cox 252-335-6895 for questions regarding this solicitation. Quotes will be accepted via facsimile at 252-335-6452 or at the following address: USCG, Aircraft Repair and Supply Center ATTN: Darlene H. Tucker, Contract Specialist EISD Procurement, Building 78 Elizabeth City, NC 27909
 
Record
SN00857602-W 20050731/050729211537 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.