Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
MODIFICATION

29 -- STARTER, ENGINE, ELECTRICAL

Notice Date
6/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic 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-6MD557
 
Archive Date
7/7/2009
 
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
(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 2920-12-305-2407, STARTER, ELECTRICAL, BOSCH Part number: 680S638P01, Quantity 14 each in accordance with the following OVERHAUL DESCRIPTION: Item name: STARTER, ENGINE, ELECTRIC Stock number: 2920-12-305-2407 Part number: 680S638P01 Used on: 110 WPB 1.0 SCOPE 1.1. This overhaul description sets forth the requirements for the receipt, inspection, condition/test reports, overhaul, testing, preservation and packing, packaging and marking of the Starter, Engine Electric used on the Paxman diesel engine on 110’ WPB Coastal Patrol boats. 1.2. Classification 1.2.1. Starter, Engine Electric – NSN 2920-12-305-2407, Part Number 680S638P01 1.3. Government Furnished Property (GFP) 1.3.1. The starters listed in 1.2.1 constitute all of the GFP applicable to this overhaul description. 2.0 APPLICABLE DOCUMENTS 2.1. General – The documents listed in this section are specified in sections 3, 4, or 5 of this overhaul description. This section does not include documents cited in other sections of this specification or recommended for additional information or as examples. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements cited in sections 3, 4, or 5 of this specification, whether or not they are listed. 2.2.Government Documents – The following specifications and standards form a part of this overhaul description to the extent specified herein. Unless otherwise specified, the documents listed here by number and date shall be those in the current Department of Defense Single Stock Point of Specifications and Standards (DODSSP) and supplements thereto. 2.2.1.Coast Guard Documents – The following documents form a part of this overhaul description to the extent specified herein. The documents listed shall be by title and effective date, unless otherwise documented. a.D-000-0100, Rev. G. 03/06. Bar Coding for Coast Guard Engineering Logistics Center Material 2.2.2.Other Government Documents a.A-A-2787 T1, Dated 10/16/04 Enamel (Aerosol – Low VOC) Color 1785 2.3.Commercial Documents – The following specifications and standards form a part of this overhaul description to the extent specified herein. Unless otherwise specified, the documents listed here by number and date shall be those in the current Department of Defense Single Stock Point of Specifications and Standards (DODSSP) and supplements thereto. 2.3.1.Technical Publication - S9233-E1-MMMC-020-Bosch Electric Starter Motor 2.3.2.National Conference of Standards Laboratories (NCSL) a.NCSL Z540-3, Dated 1/1/2006 Requirements for the Calibration of Measuring and Test Equipment 2.3.3.Society for Protective Coatings (SSPC) a.SSPC Paint 25, Dated 1/5/1997 Zinc Oxide, Alkyd, Linseed Oil Primer for Use Over Hand Cleaned Steel Type I and Type II – Editorial Changes 11/1/2004 2.3.4.American Society for Quality Control (ASQC) a.ASQ Q9003-1994, Dated 1/1/1994 – Quality Systems – Model for Quality Assurance in Final Inspection and Test 2.4. Document Availability – To obtain the referenced documents see section 6.0. 2.5. Order of Precedence – In the event of a conflict between the text of this overhaul description and the references cited herein, this specification shall take precedence, unless otherwise specified herein. Nothing in this specification, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.0 REQUREMENTS 3.1. General - The contractor shall provide all labor, equipment, and materials required to receive, open and inspect, report condition found, overhaul, test, preserve, pack, package, and mark the Starters referenced in this overhaul description as may be required by the Contracting Officer. 3.2. Government Furnished Property (GFP) -The contractor shall provide secure inside storage for all GFP with complete protection from the weather. 3.3. Receipt of GFP 3.3.1. Upon receipt the Contractor shall uncrate and remove any preservative and all existing protective coverings. The Contractor shall remove all corrosion, disassemble and clean each starter to facilitate a detailed inspection. 3.4. Pre-Overhaul Inspection 3.4.1. After completing the requirements in section 3.3 of this overhaul description, the Contractor shall perform a pre-overhaul inspection in accordance with Ref. 2.2.3.a and standard shop practices. 3.5. Submission of Condition Found Report 3.5.1. The Contractor shall submit a Condition Found Report along with a Repair Plan that outlines proposed repairs to the Contracting Officer for review and approval within 5 days of receipt of the Starter. The methods and procedures to accomplish these repairs shall be in accordance with this overhaul description and the references listed in section 2.0. a. The Repair Plan (at a minimum) shall include receiving condition, a breakdown of all labor hours and costs required to complete the refurbishment, including repair or replacement of the shipping container as well as the following information: 1. Date of inspection 2. Name of inspector(s) 3. Identification of units by serial number, part number, and stock number. 3.6. Approval to proceed with repairs - The Condition Found Report and Repair Plan shall be submitted to the Contracting Officer for approval. No further work will be authorized until the submitted report is reviewed and approved in writing by the Contracting Officer. 3.7. Replacement Parts – All replacement parts used in the overhaul shall be new and manufactured in accordance with Robert Bosch GMBH, the Original Equipment Manufacturer (OEM) specifications and standards. Reclaimed or recycled parts are not acceptable and shall not be used. 3.8. Starter Overhaul – Each starter shall be overhauled, tested and painted to a condition which shall restore the operating, performance and coating characteristics to the original (OEM) design and technical specifications to include any upgrades as applicable. After completion of the overhaul, the Contractor shall perform standard production tests to assure maximum design performance IAW Testing Procedures outlined below. The Contractor shall provide certifications of successful production tests. One certification shall be placed in the box with each unit, and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer. 3.8.1. The Contractor shall verify the bendix drive gear has 13 teeth. 3.8.2. The Contractor shall verify the Starter has a (5) five lug configuration. 3.9. Starter Painting 3.9.1. Abrasive Blasting – Abrasive blast all painted surfaces using a soft abrasive media so as to not remove any metal. Prior to blasting protect all bearing surfaces and threads by blank or cover if necessary. Remove all label plates and replace them at the conclusion of painting if applicable. 3.9.2. Primer – All exposed metal surfaces of starter exterior shall be primed with one coat (2-3 mils MDFT) of primer I.A.W SSPC Paint 25. Allow a minimum of (7) seven hours to dry. a. The original paint specification TT-P-664D has been superseded by SSPC-25. 3.9.3. Top Coat – Two coats approximately two (2) mils, total thickness (3 5 mils MDFT) shall be sprayed on all primed surfaces, allow a minimum of seven (7) hours drying for recoat and primed surfaces, #17875 color according to A-A-2787 T1. a. The original paint specification TT-E-489H has been superseded by A-A-2787 T1. 3.9.4. Coating Thickness Gauge calibration certificate shall be provided to the Coast Guard Representative upon request and be traceable to the National Institute of Standards and Technology (NIST). 3.10. Testing – Each Starter shall be tested for insulation resistance, amperage during operation and proper operation in accordance with (OEM) design and technical specifications. 3.10.1. Each Starter shall be tested as follows utilizing a calibrated 500 volt megohmeter. Megohmeter shall be calibrated and the time frame since the last calibration shall not have exceeded one year. Calibration Certificate shall be provided to the Coast Guard Representative upon request and be traceable to the National Institute of Standards and Technology (NIST). 3.10.2. Attach both megohmeter test leads to the starter case. A reading of (0) zero ohms must be obtained in order to assure the ground connection for the terminal insulation resistance test is adequate. The ground lead shall remain connected and not be relocated prior to any terminal insulation resistance test. If the ground lead is removed from the starter, the zero reading shall be again verified via the procedure above prior to testing each terminal. 3.10.3. Each individual terminal on every Starter shall be checked for its ground wall insulation resistance value to the Starter case after final assembly. 3.10.4. The final test reading on all terminals shall be greater than 100 meggohms. 3.10.5. To counteract the adverse affects of humidity and the possibility of a false reading, the Starter may be heated prior to testing. This being said, the Starter shall not experience a decrease to a value below the minimum 100 megohm as a result of the test conditions. The contractor may at their discretion be allowed to conduct the test in a controlled environment (humidity) and post any application of heat to the Starter in efforts to remove moisture. However, the Starter’s overall temperature shall be allowed to cool to the ambient temperature prior to any step of the testing procedures describe here-in being conducted. 3.10.6. If any reading fails to meet the requirements stated here-in, the Starter shall be rejected and the contractor shall complete any and all repairs needed to meet said requirements. 3.10.7. Each Starter shall be bench tested to assure amperage is within OEM specifications during operation. This includes verifying operation of the bendix drive. 3.11. Final Inspection and Test Report – The Contractor shall submit the final inspection and test report to the Contracting Officer for approval. This report shall be approved prior Coast Guard Quality Assurance inspection. 3.11.1. The inspection report shall depict the final condition of the Starter after all work has been completed. 3.11.2. All defects if any, even those deemed acceptable, shall be documented on the inspection report. 3.12. Reports – All reports prepared for submission shall contain at a minimum, the following information in addition to the specific information called out for in the Condition Found inspection report described in section 3.5 and the Final Inspection and Test Report described in section 3.11 of this overhaul description. 3.12.1. Prime contractor company name, address, and telephone number. 3.12.2. Testing contractor contact info (if different from above) 3.12.3. Contract and delivery order numbers if applicable. 3.12.4. Test equipment used, nomenclature, serial number, and calibration date. 3.13. Starter Tags 3.13.1. Each STARTER shall have a tag attached to a connection terminal annotating the overhaul facility name and address. 3.13.2. Each STARTER shall have a tag attached to terminal 50 with instructions for the end user to ensure the jam nut is properly secured while tightening down the terminal cable hold-down nut. 3.14. Notifications and Inspections - The Contractor shall notify the Contracting Officer a minimum of seven (07) calendar days prior to any inspections or monitored testing required herein. 4.0 QUALITY ASSURANCE 4.1. General – The Contractor shall maintain an inspection system which shall insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system shall be in accordance with ASQ Q9003, documented and available for review by the Coast Guard. 4.2. Records – The Contractor shall maintain records of all inspections and tests. The records at a minimum shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective action taken. 4.3. Calibration System – The Contractor, as well as any subcontractors, shall be required to maintain a test equipment calibration program in compliance with NCSL Z540-3. The program shall be documented and traceable to the National Institute of Standards (NIST). 4.4. Responsibility for Inspection – The Contractor shall be responsible for the performance of all inspection requirements specified herein. The Contractor shall provide space, personnel, and test equipment for the completion of all inspection requirements. All inspection and testing shall be performed at the Contractor’s plant or at other facilities acceptable to the Coast Guard. The Coast Guard reserves the right to verify or have performed any of the inspections that are deemed necessary to assure that supplies and services conform to the prescribed requirements. 4.5. Responsibility for Compliance – All items shall meet the requirements of this specification. The inspections set forth in this specification shall become part of the Contractor’s overall inspection system or quality program. The absence of any inspection requirements in the specification shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the government for acceptance comply with all requirements of the contract. Sampling for quality conformance does not authorize submission of known defective material (either indicated or actual) nor does it commit the government to acceptance of defective material. 4.6. Tests & Inspections – The inspections/tests required here and in section 3.0 are the minimum required and are not intended to supplant any controls, examination, inspections or tests normally employed by the Contractor to assure the quality of the item in question. 4.6.1. The following Post overhaul tests and inspections will be witnessed by an ELC Quality Assurance Representative IAW section 3.0: a. Bendix drive gear teeth count in accordance with section 3.8. b. Five (5) lug configuration in accordance with section 3.8. c. Paint thickness in accordance with section 3.9. d. Insulation inspection in accordance with section 3.10. e. Bendix drive operation and amperage in accordance with 3.10. f. Starter motor operation and amperage in accordance with section 3.10. g. Application of Starter tags in accordance with section 3.12. 4.6.2. The Contractor shall have the latest versions of the drawings, specifications, tolerances and approved test procedures available for the scheduled inspections. 4.7. Failure Responsibility – If a specified item fails to pass any inspection/test the Contractor shall report the failure and the recommended fix to the Contracting Officer. If approved, the corrective action on the materials or processes shall be taken in accordance with this section. 4.7.1. The Contracting Officer reserves the right to totally reject any failed item without considering any suggested corrective action. 4.7.2. The inspection/testing shall be discontinued until all corrective action has been taken. 4.7.3. After all corrective actions have been taken the inspection/tests shall be continued or repeated at the option of the Contracting Officer. 4.7.4. Acceptance shall be withheld until re-inspection has shown the corrective action was successful and the item satisfactorily passed all inspections and tests. 4.7.5. All corrective actions shall be documented as part of the Contractor’s inspection system and submitted for approval to the Contracting Officer. 4.7.6. Each corrective action report shall include, but not be limited to the cause of each defect, corrective action suggested, and the steps taken to prevent a recurrence of each defect. 4.8. Test & Inspection Reports – One copy of any required inspection, test or tolerance check shall be sent to the Contracting Officer. 4.8.1. A copy of any test, inspection or tolerance report shall be turned over to the Quality Assurance Representative upon arrival at the Contractors’ plant. 4.9. Packing Inspection – The Contracting Officer shall be notified prior to the packaging and marking of the overhauled Starter in accordance with section 3.14 of this specification. 5.0 PRESERVATION, PACKAGING, PACKING AND MARKING 5.1. PRESERVATION – Each unit shall be individually preserved and wrapped for protection against moisture and deterioration for a period of two (2) years minimum. 5.2. PACKING – Each unit shall be packed individually in a clear plastic bag in its own wooden box in accordance with ELC specification SP-PP&M-001, which shall be capable of providing adequate protection to the unit during multiple shipments. a. The Contractor shall place a 4 ounce desiccant pack inside the plastic bag. 5.2.2. The shaft of each starter shall be blocked so no force in any direction can be accidentally placed on this drive shaft while inside the wooden box. 5.2.3. Each starter shall have a tag attached to one of the large terminal posts with the name of the overhaul facility and date of the final test printed on it. 5.3. MARKING – Each preserved, packed, and packaged item shall be stenciled in the upper left-hand side of the two longest sides, (two opposite sides if square) of each box. The lettering shall be black print on a white painted background. 5.3.1. 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. 5.3.2. Machine made stencils shall be used for all markings with the exception of the serial number. The serial number may be hand written in legible English using a permanent ink marker. 5.3.3. All markings shall be in black print and at least 3/4" high 5.3.4. The marking shall be in the format as follows: NATIONAL STOCK NUMBER:2920-12-305-2407 ITEM NAME:STARTER, ENGINE, ELECTRIC PART NUMBER:680S638P01 SERIAL NUMBER: GOVERNMENT CONTRACT NUMBER:SEE CONTRACT SHIPPING WEIGHT: CONTRACTOR PROVIDED Coast Guard Engineering Logistics Center Material, Condition Code “A” 5.4. BAR CODING – Bar code labels shall be supplied on all Contract Line Item Numbers (CLIN), except for those that require data submissions only. 5.4.1. All bar coded labels shall be in accordance with ELC specification D-000-0100. 5.4.2. The labels shall be Type "V", Grade "A", Style "2", Composition "b" with plastic laminate. 5.4.3. Each label shall contain encoded data for the Stock Number, Contract Number, and Delivery Order Number. 5.4.4. The marking required in Error! Reference source not found. can be applied separately or as part of the Bar Code Label. 6.0 NOTES 6.1. Coast Guard & Commercial Document Sources 6.1.1. Coast Guard Documents a. USCG Engineering Logistics Center 2401 Hawkins Point Road Baltimore, MD. 21226-5000 410-762-6741 ATTN: Scott Wood, Contracting Branch, code 046 www.uscg.mil/hq/elcbalt/ 6.1.2. Government Documents a. Department of Defense Single Stock Point (DODSSP) 700 Robbins Ave. Building #4, Section D Philadelphia, PA 19111-5094 215-697-6396/6257 Fax: 215-697-9398 www.assist.daps.dla.mil/quicksearch 6.1.3. Commercial Documents a. Society for Protective Coatings (SSPC) 40 24th Street, 6th Floor Pittsburg, PA 15222-4656 412-281-2331 412-281-9992 www.sspc.org b. National Conference of Standards Laboratories (NCSL) 2995 Wilderness Place Suite 107 Boulder, CO 80301-5404 303-440-3339 FAX: 303-440-3384 www.ncsli.org c. American Society for Quality Control (ASQC) P.O. Box 3005 Milwaukee Wisconsin 53201-3005 800-248-1946 www.asq.org 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 BOSCH OR THEIR AUTHORIZED DISTRIBUTORS. It is the Governments belief that only BOSCH 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 these STARTERS 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 these STARTERS 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 a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-31 (MAY 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 _336322 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 BOSCH, 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 STARTERS: $____________ (This price shall be the price the Government shall be obligated to pay if any STARTERS 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 STARTERS (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 STARTERS (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 STARTERS. (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. TESTS/INSPECTION - Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. 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) Cost of final Quality Assurance Inspection(s) (e) Past performance 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 (May 2009); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 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 (MAY 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 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 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 __June 22nd, 2009, at __9:00__a.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-6MD557/listing.html)
 
Record
SN01842792-W 20090613/090611235945-a0cb4f4aae75cc4f2d083aa940a763e1 (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.