Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

53 -- Seal Assembly, Stern Tube and Rudder Stock - Combined Synopsis/Solicitation

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device 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-40042
 
Archive Date
11/17/2009
 
Point of Contact
Jean-Claude Amisial, Phone: 410-762-6582, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
jean-claude.amisial@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(jean-claude.amisial@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Preservation, Packaging, and Marking Packaging Instructions The US Coast Guard Engineering Logistics Center has a requirement to procure the following items: (1) Eight (8) Seal Assembly, Stern Tubes for 76 Ft. Coast Guard Vessels. NSN #: 2040-01-LG9-5011; P/N: H7437-02. Packaging Specifications: Standard commercial packaging is acceptable. Commercial packaging shall be defined as the way items are packaged, sold and shipped to the public over the counter commercially. Packaging shall provide protection of the material for up to 1 year in a warehouse facility multiple handling for distribution of material shall not require additional packaging for shipment from a warehouse facility. Note to Contractor: Marking and packaging requirements still have to be met or the material will be sent back to the company. Marking and Packaging Requirements MARKING – Marking shall be clear, legible, permanent, and in English. a. UNIT PACKAGES – Shall be marked as specified herein. National Stock Number/Activity Control Number Item Name Part Number (as shipped) Purchase Order / Contract Number Date of Manufacturer/Repair The Words “COAST GUARD ELC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only) b. UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/Activity Control Number Purchase Order / Contract Number The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/Activity Control Numbers Purchase Order / Contract Number The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4) Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” (2) 16 Seal Assembly, Rudder Stocks, Face, to fit a 4 ½” diameter rudder stock. Parts making up the assembly will be packaged together as one assembly. NSN#: 2040 01-565-9776; P/N H75402-01. Packaging Specifications: Standard commercial packaging is acceptable. Commercial packaging shall be defined as the way items are packaged, sold and shipped to the public over the counter commercially. Packaging shall provide protection of the material for up to 1 year in a warehouse facility multiple handling for distribution of material shall not require additional packaging for shipment from warehouse facility. Note to Contractor: Marking and packaging requirements still have to be met or the material will be sent back to the company. Marking and Packaging Requirements MARKING – Marking shall be clear, legible, permanent, and in English. a.UNIT PACKAGES – Shall be marked as specified herein. National Stock Number/Activity Control Number Item Name Part Number (as shipped) Purchase Order / Contract Number Date of Manufacturer/Repair The Words “COAST GUARD ELC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only) b.UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/Activity Control Number Purchase Order / Contract Number The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/Activity Control Numbers Purchase Order / Contract Number The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4) Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirement and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Shipping costs shall be included in the price of the item(s). DELIVERY SCHEDULE – The delivery schedule shall be as follows: A. Eight (8) Seal Assembly, Stern Tubes for 76 Ft. Coast Guard Vessels. NSN #: 2040-01-LG9-5011; P/N: H7437-02. B. 16 Seal Assembly, Rudder Stocks, Face, to fit a 4 ½” diameter rudder stock. Parts making up the assembly will be packaged together as one assembly. NSN#: 2040 01-565-9776; P/N H75402-01. The above items shall be delivered 90 calendar days from the date of award or sooner. Please provide your proposed delivery date. __________________. Place of Delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. Attention: HSCG40-09-Q4042. PRICE QUOTES ARE TO BE F.O.B. DESTINATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, Federal Acquisition Circular (FAC) 2005-34, and as supplemented with additional information included in this notice. It is anticipated that a non-competitive sole source purchase order will be issued for the purchase of these items to a Wartsila-Lips Inc distributor. It is the Government’s belief that only Wartsila-Lips or their authorized distributors possess the necessary technical and engineering data to successfully manufacture these item(s). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this combined solicitation/synopsis must fully demonstrate their capabilities to supply these parts by submitting (1) verification that they are an authorized distributor of the OEM; and (2) verification that they can obtain the required part from the OEM. However, other potential sources desiring to furnish other than Wartsila-Lips Seal Assemblies, Stern Tubes and Rudder Stocks are required to submit the following: (1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) and (2) Data that the offered parts have been satisfactorily manufactured for the government or the Original Equipment Manufacturer (OEM). This data must include sufficient information to allow the U.S. Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data for review will not impede the award of this solicitation This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number HSCG40-09-Q-40042 is established in support of this announcement and is issued as a Request for Quotation. The NAICS code for this solicitation is 339991, and the Small Business Size Standard is 500 employees. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. 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) – Offerors responding to this solicitation who believe they can support these requirements, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses; 2) discounts for prompt payment if applicable; 3) cage code; 4) Dun & Bradstreet number; and 5) Taxpayer ID number. Offerors must be registered in the Central Contractor Registration (CCR), www.ccr.gov and online Representations and Certification Application (ORCA), www.orca.bpn.gov. 52.212-2 Evaluation-Commercial Items (Jan 1999) – The award will be made to the lowest priced technically acceptable quotation. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2009) with Alt 1 included are to be submitted with your offer. If Offeror Representation and Certifications reside on ORCA, the offeror may submit certification IAW 52.212-3(b) in lieu of complete Representation and Certifications. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Mar 2009) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a) (2)); b. 52.222-3, Convict Labor (June 2003) (E.O. 11755); c. 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) f. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) g. 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C 7104 (g)). h. 52.225-1, Buy American Act – Supplies (Feb 2009) (41 U.S.C. 10a-10d) i. 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) j. 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003) k. 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 353) l. 52.233-4, Applicable law for Breach of Contract Claim (Oct 2004) ( Public Law 108-77, 108-78) m. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70, Prohibitions on Contracts with Corporate Expatriates (Jul 2007). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf. COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/Agency/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically, at http://www.dhs.gov. ***Certification required below: l. 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. 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. m. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. n. FAR 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 www.arnet.gov. NUMBERTITLEDATE 52.247-34F.O.B. DestinationNOV 1991 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 202.372.3692. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency. QUOTES ARE DUE BY 4:00 PM EST on July 23, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to jean-claude.amisial@uscg.mil. Anticipated Award date: August 5, 2009 THE GOVERNMENT WILL NOT PAY FOR COSTS INCURRED IN THE PREPARATION AND SUBMISSION OF DATA OR OTHER COSTS INCURRED IN RESPONSE TO THIS ANNOUNCEMENT!!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-40042/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Building 58, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN01870288-W 20090711/090710000004-4c45d9fbd56945fed32b98618979f412 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.