Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

C -- Marine Engineering Services

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-06-R-20018
 
Response Due
2/28/2006
 
Archive Date
3/16/2006
 
Description
This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation(FAR), as supplemented with additional information included in this notice. FAR Subpart 13.5, Test Program for Certain Commercial Items will be utilized for this acquisition. This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-08. The Request for Proposal Solicitation Number is HSCG40-06-R-20018. Applicable NAICS Code is 541330, Small Business size standard is $4.0 million. Offerors shall respond to all requirements of the solicitation. Offers submitted with inadequate information may be found unacceptable. SCOPE OF WORK - This is a BRAND NAME ONLY requirement for an authorized COMNAV/JASTRAM dealer/service agent to provide the upgrade and installation of COMNAV Autopilot System and NMEA Signal Fluxgate Compass compatible with existing electronics and steel hull, to operate in the existing below deck compass location on board twenty six (26) 49? BUSL Boats. Installation shall be standard configuration on each 49? BUSL. Contractor shall install heavy duty feedback steering control unit Contractor shall also calibrate and align JASTRAM hydraulic steering gear with compilot autopilot system. Documentation for installation and steering gear alignment and electronic drawings is required and contractor shall provide on-site training at time of installation. The Statement of Work is attached electronically. It is intended to award a Requirements Type contract with one (1) base year and two (2) option years. Task orders will be issued against resulting contract. The assignments are task specific and will require an engineering estimate with completion dates prior to commencement of each order placed. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (Mar 2005)" with their proposal. The following FAR provisions and clauses apply to this Request for Proposal (RFP) and are incorporated by reference: FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006). The following addenda is added to 52.212-1: (1) Paragraph (b) ? REQUIRED TECHNICAL QUALIFICATIONS - 1. Contractor shall be an authorized COMNAV/JASTRAM dealer/service agent. 2. Contractor shall have detailed knowledge of 49? BUSL class boats relating to shipboard systems design and installation. PROPOSAL PREPARATION INSTRUCTIONS - Technical Proposal: The offeror shall submit a technical proposal that documents qualifications, as related to the technical qualifications listed above, including documentation/certification as an authorized dealer/service agent for COMNAV/JASTRAM. Offers shall include details of the types of experience/familiarity with 49? BUSL class boats. The proposal shall include details that confirm that the offeror is capable of installing the COMNAV autopilot and aligning the Jastram steering gear on the 49? BUSL?s. PAST PERFORMANCE - Offeror shall supply at least one (1) recent and relevant recommendation for past performance evaluation purposes. PRICE PROPOSAL Offeror shall provide pricing that includes all costs to perform the required services (material/equipment costs, engineering services, labor costs & travel costs) to the twenty four (24) United States locations for a total of twenty six (26) 49?BUSL?s. The proposed pricing shall be per Boat and shall remain fixed throughout the performance period of the resulting contract (one base year with options to renew for an additional two years). The proposed costs shall be broken down as follows: ITEM 0001 (Base Year), 1001 (Option Year 1), 2001 (Option Year 2) - 1 JOB - Provide Upgrade/Install COMNAV Compilot Commander Control head with built in distribution box and heavy duty feedback unit (Autopilot System) on twenty six (26) 49? BUSL Boats. It is estimated only that approximately 12 boats will be completed in Base Year although this number could be less or more. ITEM 0002, 1002, 2002 ? 1 JOB - Provide/Install NMEA Signal Fluxgate Compass with built in rate stabilizer and associated cables compatible with the 49? BUSL electronics and steel hull. System must operate in existing below deck compass location on all twenty six (26) 49? BUSL Boats. ITEM 0003, 1003, 2003 - 1 JOB - Calibrate and align JASTRAM hydraulic steering gear with compilot autopilot system. ITEM 0004, 1004, 2004 ? 1 JOB - Provide Documentation on how upgrade was installed and steering gear was aligned (including detailed electronic drawings and associated costs for underway testing and operational training). A proposal that merely states that the offeror will meet all the requirements of the solicitation may be determined technically unacceptable. FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda is added to FAR Clause 52.212-2: PROPOSAL EVALUATION - The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offer. Past performance information will also be considered. The experience will be evaluated for its relevancy and should be recent. Any offeror without a record of relevant past performance, or for whom information on past performance is not available, will receive a neutral evaluation. The evaluated price will be obtained by adding together the cost for each line item to achieve a final price, per boat (a total of 26 boats), 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 of the work and ability to perform the contract. The Government reserves the right to make an award without discussions. This requirement will be awarded on an ALL OR NONE basis. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) ? Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). The execution of a contract does not constitute authority for the Contractor ship any quantity of the items for which it has received an award. Shipment/Services will only be authorized by a formal Delivery Order issued by the U.S. Coast Guard Engineering Logistics Center (ELC), against said contract. The quantities shown are estimates of the Coast Guard ELC annual requirements and are not definitely ordered hereby. However, upon award of a contract, the Coast Guard ELC is obligated to order hereunder, such quantities as may be needed to fill its requirements for the items during the term of this contract. Except as otherwise provided for herein, the Contractor is obligated to provide all such quantities of materials as may be required to accomplish each particular delivery order. The following FAR Clauses apply: FAR 52.216-18, Ordering (Oct 1995) is incorporated by reference with the following text fill in from paragraph (a) of the clause: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Such order may be issued from the award date through the contract expiration date. FAR 52.216-19, Order Limitation (Oct 1995) (a) Minimum order: When the Government requires supplies or services covered by this contract in the amount of less than $20,000.00 per Delivery Order, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order: The Contractor is not obligated to honor ? (1) Any order for a single item in excess of $240,000.00, (2) Any order for a combination of items in excess of $520,000.00, (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) As this is a requirements contract (i.e. includes the Requirements clause at subsection 5.216-21 of the FAR, the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitation in paragraph (b), unless that order(s) is returned to the office within 15 days after issuance, with written notice stating the Contractor?s intent not to ship the item(s) called for and the reasons. Upon receiving this notice, the Government may require the supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) is incorporated by reference with the following text fill in from paragraph (f) of the clause: The contract shall govern the contractor?s and the Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to perform under this contract after 60 days from the contract?s expiration date. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989) (a) The Government may extend the term of this contract by written notice to the Contractor at least 60 days before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall be three (3) years from date of award. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Sep 2005). The following addenda is added to 52.212-4: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms; The Government?s normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates; HSAR 3052.237-70, Qualifications of Contractor Employees (Deviation) (Nov 2004); HSAR 3052-242-71, Dissemination of Contract Information, HSAR 3042.242-72, Contracting Officer?s Technical Representative (Dec 2003). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Feb 2006) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act ?Balance of Payments Program-Supplies (41 U.S.C. 10a-10d); 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award. FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42, Statemet of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351). Various Department of Labor Wage Determinations, attached separately electronically, apply to this requirement and may be located at http://servicecontract.fedworld.gov. Offers shall be submitted using the electronic attachments including SF1449 and contractor fill in documents. Offers shall include all information specified in Proposal Preparation Instructions and required FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAR 2005) included as an electronic attachment. The closing date and time for receipt of offers is 28 February 2006, 2:00 pm est. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. *****
 
Record
SN00989384-W 20060218/060216211634 (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  © 1994-2020, Loren Data Corp.