Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

20 -- MTU 8V396TE94 Engine Component Repair

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-05-Q-3FAM78
 
Response Due
7/1/2005
 
Point of Contact
Nancy Brinkman, Contract Specialist, Phone 757-628-4579, Fax 757-628-4676, - Gail McDaniel, Contracting Officer, Phone 757-628-4649, Fax 757-628-4676,
 
E-Mail Address
nbrinkman@mlca.uscg.mil, GMcDaniel@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) incorporates provisions and clauses in effect through Federal Acquisition Circular 05-04. The RFQ number is HSCG80-05-Q-3FAM78. This RFQ is 100% set-aside for small business. The NAICS Code is 333618 and the corresponding size standard is 1,000 employees. The government contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. This acquisition is to disassemble, clean, inspect, repair, and reassemble Motoren Und Tubine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Components. SEE ATTACHED SPECIFICATION FOR A COMPLETE DESCRIPTION OF THE REQUIREMENT. The purchase order placed as a result of this solicitation will include the following items: BASE 0001AA, Disassemble, Clean and Inspect Turbochargers, 4 EA; OPTION 0001AB, Disassemble, Clean and Inspect Turbochargers, 4 EA; OPTION 0001AC, Disassemble, Clean and Inspect Turbochargers, 4 EA; BASE 0001AD, Repair and Reassemble Turbochargers, 4 EA; OPTION 0001AE, Repair and Reassemble Turbochargers, 4 EA; OPTION 0001AF, Repair and Reassemble Turbochargers, 4 EA; BASE 0001AG, Disassemble, Clean, and Inspect Cylinder Heads, 16 EA; OPTION 0001AH, Disassemble, Clean, and Inspect Cylinder Heads, 16 EA; OPTION 0001AI, Disassemble, Clean, and Inspect Cylinder Heads, 16 EA; BASE 0001AJ, Repair and Reassemble Cylinder Heads, 16 EA; OPTION 0001AK, Repair and Reassemble Cylinder Heads, 16 EA; OPTION 0001AL, Repair and Reassemble Cylinder Heads, 16 EA; BASE 0001AM, Disassemble, Clean and Inspect Fresh Water Pump, 2 EA; OPTION 0001AN, Disassemble, Clean and Inspect Fresh Water Pump, 2 EA; OPTION 0001AO, Disassemble, Clean and Inspect Fresh Water Pump, 2 EA; BASE 0001AP, Repair and Reassemble Fresh Water Pump, 2 EA; OPTION 0001AQ, Repair and Reassemble Fresh Water Pump, 2 EA; OPTION 0001AR, Repair and Reassemble Fresh Water Pump, 2 EA; BASE 0001AS, Disassemble, Clean and Inspect Sea Water Pump, 2 EA; OPTION 0001AT, Disassemble, Clean and Inspect Sea Water Pump, 2 EA; OPTION 0001AU, Disassemble, Clean and Inspect Sea Water Pump, 2 EA; BASE 0001AY, Disassemble, Clean and Inspect Starter Motor, 2 EA; OPTION 0001AZ, Disassemble, Clean and Inspect Starter Motor, 2 EA; OPTION 0001BA, Disassemble, Clean and Inspect Starter Motor, 2 EA; BASE 0001BB, Repair and Reassemble Starter Motor, 2 EA; OPTION 0001BC, Repair and Reassemble Starter Motor, 2 EA; OPTION 0001BD, Repair and Reassemble Starter Motor, 2 EA; CLIN A, Composite Labor Rate CLIN B, GFP Report, In Accordance with Solicitation. DELIVERY: For the Base Items: the Government anticipates shipping the components to the contractor on or about July 5, 2005. Return shipment of the repaired components is required on or before July 29, 2005. Delivery shall be FOB, Origin to Coast Guard Cutter AMBERJACK, ATTN: CPO Poiroux, 1 Wallace Reed Rd, South Padre Island, TX 78597. Inspection and Acceptance shall be at destination. If the following OPTIONS are exercised: (0001AB, 0001AE, 0001AH, 0001AK, 0001AN, 0001AQ, 0001AT, 0001AW, 0001AZ, 0001BC), the Government anticipates shipping the components to the contractor on or about August 2, 2005. Return shipment of the repaired components is required on or before August 26, 2005. Delivery shall be FOB, Origin to Coast Guard Cutter STINGRAY, ATTN: MKC D. Rowland, South Broad Street, Mobile, AL 36615. Inspection and Acceptance shall be at destination. If the following OPTIONS are exercised: (0001AC, 0001AF, 0001AI, 0001AL, 0001AO, 0001AR, 0001AU, 0001AX, 0001BA, 0001BD), the Government anticipates shipping the components to the contractor on or about September 6, 2005. Return shipment of the repaired components is required on or before September 30, 2005. Delivery shall be FOB, Origin to Coast Guard Cutter COBIA, ATTN: MKC J. Mitchell, South Broad Street, Mobile, AL 36615. Inspection and Acceptance shall be at destination. TECHNICAL REQUIREMENT: Vedors are REQUIRED to submit: (1) PROOF OF CERTIFICATION by Motoren Und Tubine (MTU) to the M2 Level and have a minimum of five years MTU experience in marine use over the last ten years. This certification is in accordance with Work Item 1, page 1, paragraph 3.2 of the attached specification; (2) WARRANTY TERMS AND CONDITIONS and prompt payment discounts with their quote; (3) REPRESENTATIONS AND CERTIFICATIONS in accordance with FAR clause 52.212-3. All questions concerning this request for quotation shall be directed to Nancy Brinkman at 757-628-4579. To receive an award the company must be registered in the Central Contractor Registration Database (CCR) http://www.dlis.dla.mil/ccr/default.asp. All responsible businesses may submit a quote, no later than 1 July 2005, 2:00p.m. EDT to U.S. Coast Guard, MLCLANT (vpl-4), 300 E. Main Street, Norfolk, VA 23510-9102, Attn: Nancy Brinkman, or e-mail at nbrinkman@mlca.uscg.mil. Facsimile copies will be accepted at (757) 628-4676. Quotes may be submitted on company letterhead stationery indicating the nomenclature; CLIN number, and unit price and extended price for base and options. Price must include shipping. INVOICING INSTRUCTIONS: The original invoice shall be submitted to the designated office for payment approval as follows: USCG, MLCA (Vpl-4) Attn: Nancy Brinkman 300 East Main St., Suite 600 Norfolk, VA 23510-9109 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the 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 at 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. This will not preclude re-filing of the protest to meet the requirement. 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 forwarded to the address below: Commandant (CG-851) 2100 2nd Street, SW, Room 2606 Washington, D. C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011 The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors Commercial Items (JAN 2005) FAR 52.212-3 Offeror Representations and Certification Commercial Items (MARCH 2005) FAR 52.212-4 Contract Terms and Conditions, Commercial Items (OCT 2003) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (APRIL 2005) The following clauses within FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) 52.204-7 Central Contractor Registration (OCT 2003) 52.211-15 Defense Priorities and Allocation System Rating (SEP 1990) 52.217-5 Evaluations of Options (Jul1990) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C.644) 52.219-8 Utilization of Small Business Set-Aside (MAY 2004) 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)) 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) 52.222-3 Convict Labor (JUNE 2003) 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 Special 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 Fees (Dec 2004) (E.O. 13201) 52.225-1 Buy American Act Supplies (JUN 2003) (41 U.S.C. 10a-10d) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2003) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.245-2 Government Furnished Property (Fixed Price Contracts) (MAY 2004) 52.245-4 Government Furnished Property (Short Form) (Jun 2003) 52.247-32 FOB Origin, Freight Prepaid (JUN 1988) HSAR 3052.211-70 Index for Specification (DEC 2003) HSAR 3052.245-70 Government Property Reports (DEC 2003) 52.212-2 Evaluation of Commerical Items (Jan 1999) ADDENDUM (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) This procurement is being issued as a Request for Quote in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The government will award one contract as a result of this solicitation. Award will be made on a best value basis. The following factors shall be used to evaluate quotes and are listed in the order of importance: (1) Technical Capabilities regarding experience and expertise on MTU 8V396TE94 Diesel Engine Components (2) Warranty (3) Price Technical Capabilities A statement of technical qualifications, including proof of certification by Motoren Und Tubine (MTU) to the M2 level and a minimum of five years MTU experience in marine use over the last ten years in accordance with Work Item 1, paragraph 3.2 of MTU 8V396TE94 Diesel Engine Components Specification For Repairs 2005. Warranty Quoters are to provide a copy of their commercial warranty with the quote for repairs of the MTU 8V396TE94 Diesel Engine Components. All parts and components given to the Coast Guard as new or remanufactured shall have a minimum of 1-year replacement warranty. The following additional information shall also be provided with the warranty: (1) Does the warranty begin after the Government receives the MTU 8V396TE94 Diesel Engine Rebuilt components after the Government installs the component parts? (2) Does the contractor pay the shipping cost to return the rebuilt component parts back to the contractor if the repair is covered under the warranty? (3) Does the contractor visit the vessel to repair the rebuilt component parts when it is determined that it is a repair covered under the warranty? (4) Does the Government have the right to perform routine maintenance without voiding the warranty? (5) The contractor shall provide the turn around time for warranty work. Price Quoter shall complete unit and extended prices for the base and option schedule pages. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluations of options shall not obligate the Government to exercise the option(s). (End of Terms and Conditions) 52.217-7 Option for Increased Quantity—Separately Priced Line Item. OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) COMPOSITE LABOR RATE: The composite labor rate offered shall be the sole labor hour rate used to price the prime contractor's direct labor hours for contract changes, i.e. growth work. The contractor shall not receive any compensation in addition to this rate for the prime contractor's direct labor associated with such changes under this contract. (a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: Supervision and Management Planning and Estimating Material Handling Housekeeping Engineering Transportation/Drivers Quality Assurance Contract Administration Security Testing (b) The composite labor hour rate will be applied to production labor hours only. Production labor hours include only those hours necessary and reasonable to perform direct production functions and do not include the hours expended on the support functions listed above. This exclusion of support function hours applies whether such support functions are normally charged directly or indirectly by the contractor's accounting system. These support functions are to be priced into the composite labor rate quoted and shall not be separately compensated. (c) The Quantity of Composite Labor hours indicated in the Schedule of Supplies/Services, is only an estimate and is an Optional Item pursuant to this solicitation. The Estimated Quantity represents the Government’s best estimate of the total number of additional hours that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule and its discretion during performance of the contract. The inclusion of this item does not obligate the Government to exercise the item nor entitle the contractor to compensation if not exercised. 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) NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-AUG-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/HSCG80-05-Q-3FAM78/listing.html)
 
Place of Performance
Country: USA
 
Record
SN00881149-F 20050828/050826213547 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.