Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

L -- Science Winch Equipment Groom & Familiarization Training

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG85-07-Q-6BX358
 
Response Due
2/2/2007
 
Archive Date
2/17/2007
 
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. This announcement constitutes the only solicitation; offer(s) is being requested and written solicitation will NOT be issued. The solicitation number is HSCG85-07-R-6BX358. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-26. Applicable North American Industry Classification Standard (NAIC) code 334519, size 500 employees. This requirement is being solicited with the intent of issuing/negotiating a contract with Interocean Industries, Inc, the original assembler/installer in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. Statement of Work: CGC HEALY Science Winch Groom Winter 2007. Period of performance: 12 - 16 February 2007, 6 - 16 March 2007 Equipment grooms and on-site familiarization training ? 1. The contractor shall perform one pre-deployment groom on each of the cutter?s science winch systems and associated equipment originally supplied by the Contractor. Work to be completed from 12 to 16 February 2007. The groom shall include: 1.1.1. A validation that all system components are operating within the manufacturer?s tolerances and specifications. 1.1.2. A check of the interfaces to all sub-contractors provided components to ensure the proper communication and interoperability of these components with the system 1.1.3. Repair, renew, adjust and test improperly functioning components. 1.2 The contractor shall complete the following work in accordance with the recommendations from HEALY?s groom report from Feb 2006, which is attached. 1.2.1 Re-grease the two 48? Sheaves in the overhead of the after deck area 1.2.2 Re-grease the two sheaves inside the CTD staging area 1.2.3 Remove approximately 30? of the 0.680 EM cable and conduct a pull test to determine the extent of the corrosive damage which was briefly noted during last years groom. Provide findings of test along with recommendations for limited use and or cable replacement timeline in the form of a CFR. 1.3 The Contractor shall provide all parts, materials, and consumables required for the performance of all work. If available, identical parts from Government stock (ship?s spare parts or shore-side system stock) shall be installed. The Contractor furnished repair parts will be used to replenish the Government?s stock. All Contractor furnished parts, materials, consumables, along with pricing shall be provided to the government in the form of a CFR and reimbursement will be negotiated as a work request in accordance with regular contract growth guidelines. 2. The Contractor will perform operational testing of all the cutter?s science winch systems and associated equipment during the ships shakedown deployment which is notionally scheduled for 6 to 16 March 2007. Coordinate actual testing days and locations to meet and depart the cutter with unit personnel , your point of contact is LCDR Laura King, at 206.217.6300. For estimate purposes expect this time period to be 7 days though actual schedule shall allow for one person to deploy with the cutter for as few days as is convenient to meet ships schedule and operational testing requirements. 3. During the groom and operational testing, the Contractor shall test and validate system and component performance, as required. For such testing, Coast Guard personnel will operate the equipment under the guidance of the Contractor. Though the Contractor is responsible for all equipment adjustments and calibrations, he/she shall actively educated Coast Guard personnel regarding the adjustments/ calibrations for familiarization. In addition, the Contractor shall perform operational familiarization and maintenance familiarization training to select Coast Guard operations and maintenance support personnel. Time shall be allocated in the performance schedule for familiarization training. 4. The Contractor will be reimbursed for travel, lodging, airfare, and per diem in accordance with Government travel rates. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Item (SEP 2006)The following addenda is added to FAR 52.212-1 (1)(b), Offer shall provide pricing as follows: CLIN 0001 Winch System Groom: Unit LOT Qty____ $_________________ CLIN 0002 Engineering Labor: Unit hrs Qty____ $_________________ CLIN 0003 Travel & Per-Diem Unit LOT Qty____ $_________________ FAR 52.212-2 Evaluation Commercial Items (JAN 1999) Offeror(s) are instructed to include a completed copy of FAR provision 52.212-3 (NOV 2006) "Offerors Representatives and Certification--Commercial Items" with their quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005)with the following addenda: 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-5 Covenant Against Contingent Fees (APR 1984) 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-Kickback Procedures (JUL 1995) 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003) 52.204-7 Central Contractor Registration (JULY 2006) 52.204-8 Annual Representations and Certifications (MAR 2005) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) 52.211-5 Material Requirements (AUG 2000) 52.216-24 Limitation of Government Liability (APR 1984) 52.216-25 Contract Defintization (OCT 1997) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) 52.222.20 Walsh-Healy Public Contracts Act (DEC 1996) 52.223-13 Certification of Toxic Chemical Release Reporting (AUG 2003) 52.223-14 Toxic Chemical release Reporting (AUG 2003) 52.232-1 Payments (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-2 Service of Protest (SEP 2006) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes-Fixed-Price ALT 1 (APR 1984) 52.244-6 Subcontracts for Commercial Items (SEP 2006) Closing date and time for receipt of quote is February 2, 2007 3:00 p.m. Pacific Standard Time. Submit offer in accordance with FAR provision 52.212-1. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clauses 52.212-3 will be provided upon offero's request. Mail or Telefax offer to Commanding Offcer, Maintenance & Logistics Command Pacific, 1301 Clay Street, Suite 807N, Oakland, California 94612-5429, ATTN: Jack Rodman. Fax: (510) 637-5912.
 
Place of Performance
Address: U.S. Coast Guard 14 South Massachusetts, Seattle, WA,
Zip Code: 98134-1192
Country: UNITED STATES
 
Record
SN01215304-W 20070121/070119220459 (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.