Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

J -- REPAIR FOR TRANSDUCER ASSEMBLY KIT

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision 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-29172
 
Archive Date
8/26/2008
 
Point of Contact
Devora I. Ford,, Phone: 4107626507, Keith A Wakefield,, Phone: 410-762-6220
 
E-Mail Address
devora.i.ford@uscg.mil, keith.m.wakefield@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center (ELC) has a requirement for the service to open, inspect and report with possible repair of: 1)NSN 5999-01-472-7499, TRANSDUCER ASSEMBLY KIT: PART NUMBER 1813694-46, QUANTITY 2 EACH, 2) NSN 5998-01-521-5496, CIRCUIT CARD ASSEMBLY: PART NUMBER 1807229-5, QUANTITY 8 EACH, 3) NSN 5998-01-253-5861, CIRCUIT ACRD ASSEMBLY, PEC/XMT, PART NUMBER 1976889, QUANTITY 7 EACH. ALL ITEMS TO BE REPAIRS IN ACCORDANCE WITH SPECIFICATION #R-400-0299-J, DATED FEBUARY, 2008. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitute the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-08-Q-29172 and is issued as an Request For Quotation (RFQ). This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26 and as supplemented with additional information included in this notice. This is not set aside for small businesses. The NAICS code is 811219 and the small business size standard is $6.5 million. It is anticipated that a non-competitive sole source solicitation will be issued for this item to: Sperry Marine Northrop Grumman Systems Corporation, or their authorized distributors only. All responsible and responsive sources are invited to express their interest and ABILITY to provide the above described repairs by written request, via Fax (410)762-6226 or E-Mail to Devora I. Ford e-mail: Devora.I.Ford@uscg.mil, no later than August 25, 2008, 1:00 pm. 2) NOTE: NO OEM DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY!! Delivery shall be F.O.B. Destination, U.S. Coast Guard Engineering Logistics Center, Baltimore, Maryland 21226. Delivery of repaired equipment is desired within 60 days or sooner It is intended that the USCG ELC will obtain pricing directly from the manufacturer, Sperry Marine Northrop Grumman Systems Corporation, or their authorized dealers/repair facilities as it is the Government’s belief that they are the only firm(s) that can repair this equipment to ensure the proper fit, form and function of all it’s components. The Government did not procure this information, or the rights to use this information, under the original purchase contract; Therefore, it is the Governments intention to solicit and negotiate only with Sperry Marine Northrop Grumman Systems Corporation or their authorized repair facilities. Concerns having the expertise and required capabilities to repair this equipment are invited to submit complete information discussing the same within 1 day of this announcement. 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 Sperry Marine Northrop Grumman Systems Corporation, including evidence of component level and repair procedures, equipment mock(s), test fixtures and satisfactorily performed repairs for this equipment for the government or the prime equipment manufacturer. This data must include sufficient detailed information to allow the Coast Guard to completely evaluate the proposal relative to the above requirements and to clearly demonstrate their capability to meet the above requirements. The submission of this data for review shall not impede award of a contract. *** Quotations shall include unit an open and inspect price or a flat rate repair cost. (inclusive of shipping FOB Destination and packaging/marking and barcoding requirements), proposed delivery in days, your company Tax ID number and DUNS Number. The Coast Guard does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Each item to be individually packaged in accordance with ASTM-D3951 and individually marked in accordance with MIL-STD-129. Bar Coding is required. The following FAR Clauses and Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (JUN 2008)" with their quotation, Alt 1 included. FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008). FAR Clause 52.204-7, Central Contractor Registration (APR 2008) is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999); Technical acceptability, pricing, and past performance are evaluation factors. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2008) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Rerepresentation (JUN 2007), 52.222-3, Convict Labor (JUN 2003); 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); 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998); 52.222.50 Combating Trafficking in Persons (AUG 2007); 52.225.1, Buy American Act-Supplies (JUN 2003); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following items are incorporated as addenda to this solicitation and will be provided in full text upon request or can be electronically accessed at http://www.dhs.gov.: Homeland Security Acquisition Regulation (HSAR) 3052.209-70, Prohibition on Contract with Corporate Expatriates (JUN 2006). Quotations are due no later than 25 August 2008, 1:00 pm Eastern Standard Time. It is anticipated that an award will be made by, 25 August 2008. Submit offer in accordance with FAR Provision 52.212-1. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.fedbizzopps.gov) via amendment(s). It is each vendor’s individual responsibility to the monitor the EPS system for changes. 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=bfaa6641ce9ef96b819e27fbe496b5a7&tab=core&_cview=1)
 
Place of Performance
Address: Harvey, Louisiana, 70058-2313, United States
Zip Code: 70058-2313
 
Record
SN01647308-W 20080823/080821222330-bfaa6641ce9ef96b819e27fbe496b5a7 (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.