Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

58 -- GYRO SELECTOR CONTROL ASSEMBLY

Notice Date
2/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
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
HSCG40-09-Q-60428
 
Response Due
2/25/2009
 
Archive Date
3/12/2009
 
Point of Contact
Thomas J. Richmond, Phone: 4107626957, Scott A. Wood,, Phone: 410-762-6434
 
E-Mail Address
thomas.j.richmond@uscg.mil, Scott.A.Wood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for repair/refurbishment and requesting quotes for the following: 1) NSN 5895-01-337-5645, SELECTOR CONTROL SUBASSEMBLY SPERRY MARINE PART#: 1890782 QUANTITY 1 EA in accordance with the following overhaul description: ITEM NAME SELECTOR CONTROL SUBASSEMBLY NATIONAL STOCK NUMBER5895-01-337-5645 PART NUMBER1890782 Items as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. OVERHAUL REQUIREMENTS: Repair or refurbishment of a Gyro Selector Subassembly, a component of the 110' WPB Auto Pilot System. Electronic equipment shall be processed for the return of unserviceable items to an operational status. This process shall accomplish: a. Disassembly and cleaning required to facilitate the equipment repairs. b. Repair or replacement of parts that have failed or are of marginal quality due to wear, deterioration, or damage so as to return the item to ready for issue (RFI) condition. c. Install all applicable field changes, modifications and firmware upgrades. d. Re-assembly, alignment, and testing. Disassembly and Cleaning. The degree of disassembly on any equipment or module processed by the Contractor shall be commensurate with the level of repair required. Items requiring cleaning during repair shall be cleaned prior to or during the pre-induction inspection and disassembly, whichever is deemed more practical by the Contractor. Final cleaning shall be conducted to ensure the component is free of obvious defects and corrosion, soil, grease, residue, fingerprints, perspiration, or other acid or alkali residues. All temporary markings and tags, to include the CG-5236 Serviceable/Unserviceable Tag shall be removed. Replacement of Parts and materials. The Contractor shall utilize parts and materials specified in the latest design specifications. Original equipment manufacturer's (OEM) parts or parts that equal or exceed the performance and tolerance characteristics of the OEM parts must be used on all component part replacements. Any part which would change the form, fit, and/or function of the equipment or module shall not be used. Requests to utilize non-standard (non-OEM or direct equivalent) parts shall be submitted to the Contracting Officer for approval. Final performance and acceptance testing. A dynamic test will be conducted to confirm acceptability of alignment and function. This must be accomplished using a fully operational equipment mock-up, or the use of Automated Test Equipment (ATE) with the ability to emulate live circuit conditions. The qualifying performance standard for the equipment shall be the test criteria contained in the equipment technical requirements. A record of the data obtained during the test shall be made on a test data record sheet. The Contractor is responsible for preparing and maintaining the documents. A copy of the applicable test data record shall be included with each item. Final inspection. This inspection shall consist of 1) a visual inspection of workmanship, assembly and fit, mechanical and electrical safety and marking, materials, parts, and finish, and, treatment for prevention of corrosion and 2) verification of all operations specified in the equipment technical requirements. All final inspection observations and measurements shall be recorded, certified and a copy included with each item. Marking - Contractor identification. The Contractor shall affix a permanent vendor identification decal that is traceable by the Coast Guard to the Contractor, date of repair and the contract under which the repair was accomplished. NOTE: All previous markings and/or quality assurance decals shall be completely removed from a reusable shipping container prior to the application of any new markings. REFERENCES: Preservation/Packaging: ASTM D 3951 - 98 (R2004) Packaging and Marking: MIL STD 129P and ANSI/AIM BC1 WARRANTY: Item being repaired as an "onboard repair" or a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. PRESERVATION / PACKAGING: A. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. PACKAGING AND MARKING FOR SHIPMENT: Each unit shall be packed individually in it's own wooden box which shall be capable of providing adequate protection to the item during multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER5895-01-337-5645 ITEM NAMESELECTOR CONTROL SUBASSEMBLY PART NUMBER 1890782 GOVERNMENT ORDER NUMBER And the words: "Coast Guard ELC Material, Condition "A". B. See Attachments BAR CODING: Bar code labels shall be supplied on all boxes. All bar coded labels shall be in accordance with CG, ELC specification D-000-100 Rev. G, Dated, 2/06. The actual labels shall be Type V, Style 2, composition b with plastic laminate. Each label shall contain encoded data for the Stock Number and the Contract Number. The marking required can be applied separately or as part of the bar code. The contractor shall provide a Certificate of Conformance for each GOVERNOR, DIESEL ENGINE; one copy shall be placed in each box with the GOVERNOR, DIESEL ENGINE and one copy shall be forwarded to the Coast Guard Contracting Officer. (Offerers to provide the following information on quote) ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT: $____________ ITEM 2 PRELIMANARY ESTIMATE TO REPAIR PUMP: $___________ (*Note this is a cost estimate to be prepared based on historical data of what major components are standardly replaced during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.) ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY: $___________ Assembly as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFP (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair. PLANT INSPECTION by Government Personnel as designated by ELC Quality Assurance (Code 043) will perform Inspection at Contractor's Plant located at: (Quoters please fill in) _________________________________________________________________________________________________________________________________________________________________________________ Contractor shall notify the contracting officer 14 (fourteen) days prior to material being ready for inspection. DELIVERY TERMS: Inspection Report shall be provided by the successfully awarded Contractor with in 14 days of receipt of Government furnished property. Delivery of material shall be within 45 days after authorization is given by the Coast Guard to the Contractor to proceed with repair. EVALUATION FACTORS: QUOTES WILL BE EVALUATED BY USING THE BEST VALUE METHOD UTILIZING PRICE, PRICE RELATED FACTORS AND PAST PERFORMANCE. PRICE RELATED FACTORS INCLUDE; Cost to Government to ship GFP to contractor and cost of a QA trip, if applicable. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. It is anticipated that a non-competitive sole source Purchase Order will be issued for this item to SPERRY MARINE OR THEIR AUTHORIZED DISTRIBUTORS. It is the Governments belief that only SPERRY MARINE and/or their authorized dealers/distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to repair this SELECTOR CONTROL ASSEMBLY are invited to submit complete information that must include an authorization letter from the Original Equipment Manufacturer (OEM) certifying the following: That the proposed contractor can obtain all OEM drawings, technical data, and parts required to repair this SELECTOR CONTROL ASSEMBLY in a timely fashion, in order to comply with required delivery terms set forth should a Purchase Order be issued from this solicitation. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-29 (JAN 2009) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include: proposed delivery in days, pricing for all items with shipping included in unit price, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 335314 and the small business size standard is 750 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2009). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(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 (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). FAR 52.225-1, Buy American Act—Supplies (April 2006)(41 U.S.C. 10a-10d); FAR 52.225-13,Restrictions on Certain Foreign Purchases (April 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 (July 2006)(21 U.S.C. 3332). The following items 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. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf Ombudsman Program The Coast Guard Ombudsman Program for Agency Protests is a program intended to encourage interested parties to seek resolution of their concerns informally within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. It is designed to resolve contractor protests in a faster, less expensive manner than could be accomplished at an external forum. Concerns of interested parties can be resolved through independent, government binding adjudication taking place outside the procuring activity's chain of command. Filing Agency Protests 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. CG-913Ombudsman@uscg.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2db5345089fb101bc4e75a3f43e78288&tab=core&_cview=1)
 
Record
SN01752405-W 20090220/090218220023-2db5345089fb101bc4e75a3f43e78288 (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.