Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

17 -- System Integration Lab Items

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-08-Q-010036
 
Archive Date
9/25/2008
 
Point of Contact
Wade D. Johnson,, Phone: 252-335-6142
 
E-Mail Address
wade.johnson@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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System (NAICS) code is 333924. The small business size standard is 1,000 employees. This is an unrestricted procurement. This contract will be awarded as a firm-fixed-price contract. The award will be based on FAR 6.302-1. The USCG intends to negotiate and award to the authorized Original Equipment Manufacturer (OEM), Rockwell Collins, Inc. or a responsible contractor who can provide a Certificate of Conformance (COC) and traceability to the OEM for the purchase of the following line items. Traceability means that the awardee must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. This acquisition is for NEW MATERIAL ONLY. This equipment is for use on the HC-144A Medium Range Surveillance (MRS) Maritime Patrol Aircraft (MPA). All responsible sources may submit a capability statement and quotation that will be considered. Anticipated date of award is 11 September 2008. 1. NSN 6625-01-450-2721, P/N 822-0947-001, CONTROL DISPLAY3 EACH 2. NSN 6605-01-450-2718, P/N 822-1157-001, DR-200 MDL1 EACH 3. NSN 5821-01-531-3471, P/N 822-1757-001, DISPLAY MULTIFUNC4 EACH 4. NSN 5841-01-531-3216, P/N 822-1059-007, PANEL-DISPLAY CONT.2 EACH 5. NSN 5930-01-504-2049, P/N 283-1030-010, QUICK TUNE CONTROL2 EACH 6. NSN 6610-01-531-3480, P/N 622-9500-201, AIR DATA REF. PNL2 EACH 7. NSN 5895-01-459-8627, P/N 622-7309-101, TRANSCEIVER-DME1 EACH 8. NSN 5821-01-531-3215, P/N 822-1201-003, TRANSCEIVER-V/UHF1 EACH 9. NSN 5841-01-531-3159, P/N 822-0615-101, TRANS. RADIO ALTIMET1 EACH 10.P/N 283-1030-100, SWITCH, ROTARY, OPT2 EACH 11. NSN 5895-01-524-9575, P/N 822-1193-001, DETECTOR-MAGNET2 EACH 12. NSN 5895-01-530-8633, P/N 822-1200-205, EXTERNAL COPEN 1 EACH 13. NSN 5998-01-468-3137, P/N 622-9884-003, INTERFACE UNIT SER.1 EACH PACKING SLIP: At the time of each delivery of supplies under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: 1) Part Number (P/N), 2) Nomenclature, 3) Contract Number, and 4) Line Item Number and 5) Quantity. One copy of the packing slip shall be attached to the outside of the shipping container. The contractor shall provide a Certificate of Conformance (COC) which shall be attached to each item and included with each packing slip. A copy must also be attached to each invoiced submitted for payment. Failure to do so will result in either nonpayment or a delay in the payment. PACKAGING/MARKING: The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Re-Approved 2004). Each individual container shall be labeled on the outside with P/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage with a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity for a period not less than one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however, not mandatory. INSPECTION/ACCEPTANCE: Inspection and Acceptance of material shall be by Certificate of Conformance (COC). DESIRED DELIVERY SCHEDULE: Desired delivery is 120 days after receipt of contract. The contractor may propose an earlier delivery schedule. The contractor’s proposed earlier delivery schedule will then become the required delivery schedule. Early and partial deliveries are desired and acceptable as long as there are no additional charges to the government. F.O.B. Point - F.O.B. Destination Applies- the contractor will be responsible for shipping charges. SHIPPING INSTRUCTIONS. Material shall be delivered FOB destination to the following address: U. S. Coast Guard Aviation Logistics Center Receiving Section, Building 63 Elizabeth City, NC 27909 MARK FOR: Contract Number____________________________ (Assigned at time of award) Item Number____________________________ (Assigned at time of award) CONTRACT ADMINISTRATIVE DATA ADDRESS FOR CORRESPONDENCE: All correspondence, except as otherwise specified, shall be directed to the following address: Contracting Officer Medium Range Surveillance Division, Contract Section, Bldg. 79 USCG Aviation Logistics Center Elizabeth City, NC 27909 Contract No. ______________________ (Assigned at time of award) INVOICING INSTRUCTIONS The original Contractor's Invoice shall be submitted to the designated billing office for payment as follows: The invoice must reference the contract number. Chief, Fiscal Branch Bldg. 63 USCG, Aviation Logistics Center Elizabeth City, NC 27909-5001 Contract No. ______________________ (Assigned at time of award) The following Federal Acquisition Regulations (FAR) and Homeland Security Acquisition Regulation (HSAR), Provisions and Clauses apply: FAR 52.212-1 Instructions To Offerors Commercial Items (June 2008) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government’s requirement, price and past performance FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008)Alt I (Apr 2002). These Certifications must be included with the quotation. An offeror shall complete only paragraph (l) of this 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 (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-4 Printed or Copied Double -Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Apr 2008) 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.242-13 Bankruptcy (Jul 1995) 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) 52.246-15 Certificate of Conformance (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the Full Text of a clause may be accessed electronically at this internet address; www.arnet.gov/far/ HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [JUN 2006] (a) Prohibitions. Section 835 of 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. 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 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 been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.247-72 F.O.B. Destination Only (Dec 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (June 2008). [Applicable Clauses under 52.212-5] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)) (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (End of Clause) 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Apr 2008) Closing date and time for receipt of quotes is 10 September 2008, 4:00 pm, Local Time. QUOTES MUST REMAIN EFFECTIVE FOR 60 DAYS AFTER CLOSE OF SOLICITATION. Facsimile quotations are acceptable and may be forwarded to 252-334-5427, Attention: Wade Johnson. Electronic submissions may be sent to Wade.Johnson@uscg.mil. Quotes may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point must be destination; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date and must include the required FAR 52.212-2, including Alternate 1, Offeror Representations and Certifications. Copies are available by calling the agency or by downloading the document from FedBizOps as posted under this solicitation. Copies of this solicitation and the Justification for Other than Full and Open Competition are posted at http://www.uscg.mil/hq/arsc/contracting/hc144.asp. All quoters submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. 17 N/A!! 18 N/A!! Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is included. Enclosure (1) to COMDTINST 4200.14A 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=c0af04496a667633c8b20aeaf164f3d4&tab=core&_cview=1)
 
Record
SN01657977-W 20080905/080903222737-c0af04496a667633c8b20aeaf164f3d4 (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.