Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOLICITATION NOTICE

30 -- Clutch Assembly, Friction Overhaul

Notice Date
5/11/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore MD 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-6MD513
 
Response Due
5/26/2009
 
Point of Contact
Toni Cheek, Contract Specialist, Phone 410-762-6830, Fax 410-762-6270, - Kelly A. Wyatt, Contracting Officer, Phone 410-762-6472
 
E-Mail Address
Toni.J.Cheek@uscg.mil, Kelly.A.Wyatt@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement to procure the following items. Offers may be submitted (via fax or email) on company letterhead stationary and must include the following information: (1) 3010-01-417-4626, CLUTCH ASSEMBLY, FRICTION. *Open, Inspect and Report. Manufacturer name: Eaton Corp. Industrial drives. Part Number 146196BB. This item is used onboard USCG 175’ WLM class vessels. OVERHAUL REQUIREMENTS: Preliminary Inspection Requirements: Each CLUTCH ASSEMBLY, FRICTION shall be inspected in order to determine the extent of required repairs. An estimate shall be provided to the Coast Guard Contracting Administrator, which shall include: National Stock Numbers, serial numbers, part numbers, new parts required with prices, labor rate, labor hours required and a total estimate for all required services. Overhaul requirements: Each CLUTCH ASSEMBLY, FRICTION 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 EATON CORPORATION, INDUSTRIAL DRIVES, (OEM), specifications and standards, which are proprietary to EATON CORPORATION, INDUSTRIAL DRIVES. All repair parts shall be genuine EATON CORPORATION, INDUSTRIAL DRIVES manufactured parts. All repairs shall be covered by a standard manufacturer’s warranty. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. 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: 3010-01-417-4626, Item Name: Clutch Assembly, Friction, Part Number: 146196BB, Government Order Number, and the words: “Coast Guard ELC Material, Condition “A”. Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. DELIVERY SCHEDULE – preliminary inspection is requested by 5/28/09. Overhaul is requested by 9/28/09. Please provide your proposed delivery here: _________________________________ This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-28 (Jan 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 _336611_ and the Small Business Size Standard is _1000_. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. It is anticipated that a non-competitive sole source Purchase Order will be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only Eaton Corporation, Industrial Drives, and/or their authorized distributors possess the necessary technical and engineering data to successfully manufacture these item(s). 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) Estimated Price (b) Past performance The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2009); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Offeror shall include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. 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 (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); 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); 52.222-43, 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. 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 _26 May 2009_, at _11:59_ p.m. Eastern Standard Time. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-6MD513/listing.html)
 
Record
SN01814054-F 20090513/090511233031 (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.