Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
DOCUMENT

J -- Open, Inspect, Report and Repair of 73 Radar Equipment - Statement of Work

Notice Date
6/24/2008
 
Notice Type
Statement of Work
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-HB193
 
Archive Date
7/12/2008
 
Point of Contact
Florence D. Harwood,, Phone: 410-762-6455, Florence D. Harwood,, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil, florence.m.harwood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, 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. The Request for Quotation Number is HSCG40-08-Q-HB193. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26. The NAICS code for this solicitation is 811213 and the small business size standard is $6.0 million. The USCG Engineering Logistics center (ELC) has a requirement for the Open, Inspect, and Report (OIR) and possible Repair of parts for the AN-SPS-73(V) Radar System. Repairs for the following shall be in accordance with the attached Statement of Work: 1. NSN 5985-01-479-1939, Pedestal w/o sled, Furuno P/N 08-323-400, Qty 4 each. The Original Equipment Manufacturer (OEM) is Furuno USA Inc. and the U.S. Coast Guard ELC intends on obtaining pricing directly from the manufacturer or its authorized distributors only. Quotes shall include: 1. Cost to perform Open, Inspect, and submit detailed Report (OIR) for each item. This price will be the total price the Govt will be obligated to pay for opening, inspecting, and providing an inspection report for each asset. 2. Contractor’s loaded hourly labor rate (Loaded hourly rate shall include direct and indirect labor rates, G&A, overhead, and profit). This rate represents the total amount, per hour, the Govt will be obligated to pay for services performed. NOTE: The estimated time for this equipment is 2 hours for OIR and 3 hours for Repair. The estimated number of hours are intended for evaluation purposes only and may vary based upon the condition of the items as received by the Contractor. The Inspection Report shall show the total actual labor hours (and costs) that will be expended for the repair of each item. 3. Company Tax Information Number (TIN), 4. DUNS Number, 5. Proposed calendar days for submittal of Inspection Report and proposed calendar days for repair of material, after authorization to proceed, 5. Ability to provide Packaging, Marking, and Barcoding in accordance with Statement of Work, ASTM D 3951, and MIL-STD-129P. 6. F.O.B. Designation (Origin or Destination). 7. Interested sources that respond to this notice must fully demonstrate their capability to accomplish the repairs and provide evidence as an authorized repair facility for Furuno USA; including evidence of component level and repair procedures, equipment mock up(s), test fixtures and satisfactorily performed repairs for this equipment for the government or the prime equipment manufacturer. All responsible sources may submit a quote which if timely received, shall be considered by this agency. This announcement constitutes the only solicitation and a written solicitation will not be issued. As a result of this announcement, the USCG ELC intends to award a firm, fixed price purchase order. The date for Receipt of Quotes is 27 June 2008, 1:00 pm EST. The anticipated award date for this procurement is 30 June 2008. The following FAR clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008). 52.212-2 Evaluation-Commercial Items-Pricing Consideration and ability to meet technical requirements and evaluation factors (Jan 1999). Evaluation of quotes will be made based on the combined total of the OIR cost with the total dollar value of labor hours plus hourly labor rate. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008) with Alt I included. Addendum: To facilitate award it is recommended that offerors register their Representations and Certifications at http://www.orca.bpn.gov. Far 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Apr 2008). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (EO 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-51, Service Contract Act of 1965, as Amended ( Nov 2007)(41 U.S.C. 351); 52.222-42, Statement of Equivalent Rates for Federal Hires ( May 19890(29 U.S.C. 206 and 41. U.S>C. 351); 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (Nov 2006); 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 Treasury); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21 U.S.C. 3332). The following are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (June 2006). Copies of HSAR clauses may be obtained electronically at http:///www.dhs.gov. Quotes are due by 1:00 PM EST on 27 June 2008. Quotes may be faxed (410)762-6440 or emailed to Florence.m.harwood@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8f1ee690f98e5d857adc26eb8efc879&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work for Repair (STATEMENT OF WORK REPAIR.doc)
Link: https://www.fbo.gov//utils/view?id=a40c00fef0cdb3eb87cd87b4f70b629d
Bytes: 53.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01599515-W 20080626/080624215319-e8f1ee690f98e5d857adc26eb8efc879 (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.