Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

16 -- Upgrade of DIT-MCO HH60 System

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD or ALD Support, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-08-Q-500008
 
Point of Contact
Lucille W McEachin,, Phone: 252-335-6941, Debra D Mitchell,, Phone: 2523356895
 
E-Mail Address
Lucille.Mceachin@uscg.mil, debra.d.mitchell@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. This Request for Quotation HSCG38-08-Q-500008 incorporates provisions and clauses in effect through FAC 2005-25. This is an unrestricted procurement. The applicable North American Industry Classification Standard is 336413 and the Small Business Size Standard is 1,000 employees. The U.S. Coast Guard (USCG) intends to award a Firm Fixed Price Contract using the procedures of FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13.5 Test Program For Certain Commercial Items. The USCG intends to negotiate on a limited source basis with DIT-MCO International Corp., 5612 Brighton Terrace, Kansas City, MO 64130 (Cage Code 19362), or a responsible contractor who can provide a Certificate of Conformance with traceability to the Original Equipment Manufacturer (OEM) for the purchase of the items listed below. To meet the requirements of FAR 11.105 and 5.102(a)(6), the Justification/documentation for purchase and replacement of items peculiar to one manufacturer is available at http://www.uscg.mil/hq/arsc/esd.asp. The Statement of Work (SOW) is available and can be downloaded at http://www.uscg.mil/hq/arsc/esd.asp. The contractor shall furnish a Certificate of Conformance in accordance with FAR Clause 52.246-15 and in the format specified in the clause. Traceability means that the awardee must be able to provide a clear, documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. All material must be new. Reconditioned/Used Material is not acceptable. The USCG does not own, nor can it provide, specifications, plans, drawings or other technical data. All responsible sources may submit an offer which shall be considered by the agency. The requirement consists of – Item No. 1: Point Module, 2500/9500 Series 17 1,000 Point Module (S17, 1500vdc, 1000vac), Quantity 35 Each. Item No. 2: PCDA Replacement, PCDA replacement for existing 10K SSC for 9500-12B S/N: 291, single phase 115 vac input power, Quantity 1 Each. Item No. 3: PCDA Replacement, PCDA replacement for existing 10K SSC for 9500-12B S/N: 292, single phase 115 vac input power, Quantity 1 Each. Item No. 4: Installation, Installation of above items at USCG ARSC by DIT-MCO Engineer-4 Days, Quantity 1 Each. Item No. 5: Part Number 007-01157-0005, P/N: 007-01157-0005 (Male Pins, use with 025-04623-0003 for 20-24 awg, bag of 100 pieces), Quantity 200 Each. Item No. 6: Extraction Tool, Extraction Tool for 007-01157 pins or 007-01158 sockets, P/N: 052-01862-0001, Quantity 10 Each. PACKAGING AND MARKING: Packaging, packing and preservation shall be in accordance with ASTM D3951-98 (Re-approved 2004) Standard Practice for Commercial Packaging. Each package shall be individually labeled on the outside with Nomenclature, P/N, Quantity, Contract Number and CLIN. Labeling data shall be attached to the outside of the shipping container. The contractor must include a Certificate of Conformance (CoC) for the material including the required documentation showing traceability to the OEM. Internal packaging material must be sufficient to prevent damage during shipment, handling and storage. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut packaging. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Bar coding is authorized but not required. INSPECTION AND ACCEPTANCE shall be performed at destination by receiving personnel for count, condition, verification of CoC's and OEM traceability documentation. DELIVERY shall be made to the USCG Aircraft Repair and Supply Center (ARSC), Receiving Section Bldg 63, 1664 Weeksville Rd., Elizabeth City, NC 27909. F.o.b. Destination offers are required. CONTRACT ADMINISTRATION will be performed by the Procuring Office at USCG ARSC Elizabeth City, NC. The following FAR Subpart provisions and clauses are incorporated by reference in accordance with the format prescribed by FAR 12.303: CLAUSES: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) with the following Addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Apr 2008), FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.216-1 Type of Contract (Apr 1984), FAR 52.232-11 Extras (Apr 1984), FAR 52.233-2 Service of Protest (Sept 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer, USCG Aircraft Repair and Supply Center (ARSC), ESD Procurement, Elizabeth City, NC 27909 e-mail: Debra.D.Mitchell@uscg.mil by obtaining written and dated acknowledgement of receipt from the Contracting Officer, USCG ARSC, ESD Procurement Bldg 78, Elizabeth City NC 27909. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.; FAR 52.242-13 Bankruptcy (Jul 1995), FAR 246-15 Certificate of Conformance (Apr 1984), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) and FAR 52.252.-2 Clauses Incorporated By Reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (May 2008)(a)(b), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate 1 (Oct 1995)(41 U.S.C. 253g and 10 U.S.C.2402), FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007) (15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor(June 2003)(E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O.13126),FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (Sept 2006)( 38 U.S.C. 4212), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201), FAR 52.225-5 Trade Agreements (Nov 2007)(19 U.S.C. 2501, et seq.,19U.S.C. 3301 note), FAR 52.225-6 Trade Agreement Certificate (Jan 2005), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); PROVISIONS: FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008) with the following addenda: FAR 52.225-6 Trade Agreements Certificate (Jan 2005)(a) The offeror certifies that each end product, except those listed in paragraph (b), is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements."(b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: Line Item No(s)_____________ Country of Origin_________(List as necessary)(c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to full the requirements of the solicitation.; Homeland Security Acquisition Regulation (HSAR 48 CFR 3009.104-75) HSAR 3052.209-70 Prohibition on Contracts With Expatriates (Jun 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. 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 national security. (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, 6 U.S.C. 395, 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 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, 6 U.S.C. 395(b)(1). (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 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 purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) 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; and (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. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104- 73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104- 73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104- 73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision). The Closing Date and Time for receipt of offers is 06 June 2008 at 3:00pm EST. ; FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in the order of importance 1) capability of the item to meet the Government's requirement, 2) Price. The Government reserves the right to award any item or group of items contained in this solicitation. The offeror agrees to hold it prices in its offer firm for 60 calendar days. Offers may be emailed or faxed to Lucille McEachin Contract Specialist at Lucille.McEachin@uscg.mil or fax (252)334-5242. FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Nov 2007) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Notes 12 and 22 apply. 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 General 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 cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG 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. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba793ab49701c0b816b99afac848cb6d&tab=core&_cview=1)
 
Record
SN01579422-W 20080524/080522220904-ba793ab49701c0b816b99afac848cb6d (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.