Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

43 -- Pump, Salt water

Notice Date
4/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment 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-6MF221
 
Archive Date
5/27/2009
 
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 to Open, Inspect, Report, and Repair the following: 1) NSN: 4320-99-737-1258, PUMP, SALT WATER, MAN DIESEL NORTH AMERICA P/N 3C23T/102TC-Z, QUANTITY: 8 EACH. NOTE: No substitute or after-market parts shall be authorized for the repair of these CYLINDER LINERS. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility in accordance with the following overhaul description. ITEM NAME PUMP, CENTRIFUGAL STOCK NUMBER 4320-99-737-1258 SHELF LIFE CD 0 PART NUMBER 3C23T/102TC-Z USED ON 110' WPB MAIN PROPULSION ENGINES 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: PRELIMINARY INSPECTION REQUIREMENTS: The PUMP, SALT WATER shall be inspected in order to determine the extent of required repairs. A Condition Report and Cost Proposal shall be provided to the Coast Guard Contracting Officer, which shall include: New parts required with prices, required repairs, labor rate, labor hours required, and a total estimate for all required services. The serial number of the PUMP, SALT WATER shall be documented on the Condition Report. If not assigned, the Contractor shall assign a serial number. The serial number shall be stamped into each pump and reported to the Coast Guard Contracting representative. MATERIAL CERTIFICATIONS: Material certifications shall be submitted for any components designed to be exposed to corrosive fluids including salt water to validate design compliance and suitability for intended use. OVERHAUL REQUIREMENTS: The PUMP, SALT WATER shall be overhauled to a condition which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with TEREX-PEGSON LTD specifications and standards, which are proprietary to TEREX-PEGSON LTD. All repair parts shall be genuine TEREX-PEGSON LTD manufactured parts. After completion of all repairs, the Contractor shall perform standard production tests and inspections to assure maximum design performance. A final inspection report shall be submitted to the Contracting Officer. This report shall depict the final condition of the PUMP, SALT WATER after all repair work has been completed. QUALITY ASSURANCE: The assembly of each PUMP, SALT WATER will be witnessed by a Coast Guard Quality Assurance Representative. All dimensions and required clearances will be verified to the OEM drawings and specifications. The Contractor shall have the latest versions of the drawings and specifications available for the scheduled inspections. The inspections and tests required herein are the minimum necessary and are not intended to replace any controls, examinations or tests normally employed by the Contractor to assure the quality of the product. The following are required and will be monitored by a Government Quality Assurance Representative. a. Complete dimensional of all critical components to include, at a minimum, the shaft, shaft bearing journals, and bearing housings. b. Required clearance dimensional checks. c. Inspection of bearings, gaskets, and seals. d. Visual inspection of all components. e. Non-destructive testing in way of welded/repaired areas. f. Complete re-assembly of the pump. g. Witness all standard production testing. h. View material certifications. i. Witness preservation, packaging, packing, and marking. PACKAGING: Each overhauled PUMP, SALT WATER shall be packaged in a protective envelope using water-vapor-proof, greaseproof, flexible, heat sealable barrier paper in accordance with MIL-PRF-131, Class 3. All open ports shall be sealed using waterproof caps or covers to prevent the intrusion of moisture and other contaminants. The Contractor shall place four to five ounces of desiccant packs conforming to MIL-D-3464, Type 1 inside the envelope to absorb moisture during storage. A copy of the material certifications shall be packaged inside the protective envelope. MARKINGS: All previous markings shall be completely removed from the reusable shipping container prior to the application of any new markings. WARRANTY: A. Standard Manufacturer's Warranty B. 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. B. See Attachments PACKAGING AND MARKING FOR SHIPMENT: A. Each unit shall be packed individually in its 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 NUMBER: 4320-99-737-1258 ITEM NAME: PUMP, CENTRIFUGAL PART NUMBER: 3C23T/102TC-Z GOVERNMENT ORDER NUMBER and the words: "Coast Guard ELC Material, Condition "A". B. See Attachments This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-31 (APR 2009), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _333911 and the Small Business Size Standard is _500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only MAN DIESEL NORTH AMERICA, and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within _3 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted on company letterhead stationary and must include the following information: (1) Loaded Labor Rate: __________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per PUMP, SALT WATER: $____________ (This price shall be the price the Government shall be obligated to pay if any PUMP, SALT WATER is determined to be beyond economical repair). (3) Preservation, packaging, and marking: $______ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Repair Description). (4) Replacement cost for new PUMP, SALT WATER (if available): $_____________ (5) FOB Origin or FOB Destination. NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 calendar days from the date Government-Furnished Material is received at the Contractor’s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repaired PUMP, SALT WATER (when authorized) - 45 calendar days after receipt of Contracting Officer’s authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each PUMP, SALT WATER. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Technical ability to provide genuine OEM parts. (b) Estimated Price (c) Cost to ship GFP to Contractor’s facility (d) Past performance All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _MAY 12th, 2009_, at _12_ p.m. Eastern Standard Time. THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION APPLIES TO THIS SOLICITATIION AND ANY SUBSEQUENT PURCHASE ORDER THAT MAYBE ISSUED FROM THIS SOLICITATION: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: 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 following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Jun 2007)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 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 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).; 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at 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 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=2d30e2c57d35a4465ca8ee8d047a0ea2&tab=core&_cview=1)
 
Record
SN01805697-W 20090502/090430220722-2d30e2c57d35a4465ca8ee8d047a0ea2 (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.