Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

34 -- Overhaul of Monarch Lathes

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
333512 — Machine Tool (Metal Cutting Types) 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-40045
 
Archive Date
10/29/2009
 
Point of Contact
Stefanie H Schmitz, Phone: 410-762-6445, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Stefanie.W.Schmitz@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-40045 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) The North American Industry Classification System (NAICS) code is 333512 and the business size standard is 500 employees. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price purchase order. (v) The following Item Numbers shall apply: Item 0001, Contractor to provide all labor, materials, and expertise to overhaul Monarch Engine Lathe, Model 16” x 54”, Series 60, Qty 1 job. Item 0002, Contractor to provide a condition found report for all components not being replaced outright as identified under the definite work items under Item 0003, Qty 1 job, Item 0003, Lathe Overhaul Definite Work Items, Qty 1 job. Optional Item 1001, addition of digital readout with wear free encoders, Qty 1 job. (vi) STATEMENT OF WORK FOR MONARCH LATHE OVERHAUL: Contractor shall provide all labor, materials and expertise to overhaul a Monarch Engine Lathe, Model 16" x 54", Series 60. All work shall be performed to the original manufacturer standards and tolerances for new machines. For any components being repaired or overhauled rather than replaced, provide the recommended technique to be used to restore the component to original specification and a summary of the qualifications of the contractors (or sub-contractor) personnel to conduct such a process. This summary shall not exceed one half of a type written page using standard formatting. The contractor shall provide sub-line item pricing for Item 0003. Any additional work identified in Item 0002, The Condition Found Report will be subject to a negotiated change to this contract. A description of the required work is as follows: 1)ITEM 0001 – OPEN, CLEAN, AND INSPECT LATHE - Contractor shall provide transportation for the lathe from Building 8A at the Coast Guard Yard to the contractor’s facility and return to same upon completion. The Machine is to be cleaned and disassembled to unit level components and inspected. This includes headstock, tailstock, carriage, cross feeds, compound slides, and all drive components. For wearing components not specifically called out in Item 0003, Lathe Overhaul for outright replacement, provide a condition found report as specified in item 0002 (below) with a recommendation for course of action. The pricing for this line item shall include costs for transportation, disassembly and inspection, and generation of the condition found report as specified in item 0002. 2)ITEM 0002 – CONDITION FOUND REPORT: Provide a condition found report for all components not being replaced outright as identified under the definite work item sunder ITEM 0003, Lathe Overhaul, specifying condition and recommendation for reused, repair, or replacement if required to bring into OEM tolerance. All wearing components, such as gears, shafts, etc., are to be inspected for wear and defects. Worn and defective parts are to be replaced with new parts. IN the event that new O.E.M. parts are not available, the contractor will manufacture new parts or recondition original parts to OEM specifications. The report will provide detail adequate for the Coast Guard to decide the technical basis for making or not making a specific repair. The report shall justify as appropriate the decision to use new or remanufactured parts. The report shall specify the recommended repair/refurbishment technique to be used to bring parts into OEM tolerance. The condition found report shall list all required repairs or renewals required along with cost associated contract price adjustment. The negotiated price adjustment will not include the definite work items included in ITEM 0003, Lathe Overhaul. The contractor will not proceed with the work under ITEM 0003, Lathe Overhaul unless and until the price adjustment resulting from the Condition Found Report is negotiated. 3)ITEM 0003 – LATHE OVERHAUL DEFINITE WORK ITEMS a.All interior surfaces of casting and parts are to be sealed with a rust inhibiting paint. b.The bed and carriage are to be reground straight and parallel to the original configuration. New gibs installed and proper alignments achieved. c.New cross feed and compound screws are to be installed. d.Cross slide and compound are to be re-scraped and fitted with new gibs and wipers. e.Ensure alignment of headstock, carriage, slides and tailstock. f.The apron is to be cleaned and inspected. All bearings, seals, belts, O-rings, wipers, lock bolts, lock bolt sleeves, spring, feed screw and thread half-nuts are to be replaced with new components. g.Overhaul to like new condition all lubrication and metering units, valves, replace lubrication tubing. h.Disassemble and clean all motors. Test and seal windings, install new bearings, assemble and balance. Rewinding or replacement of motor will be subject to a contract modification. i.Install new electrical components, motor starters, operator controls. Electrical circuits are to conform to J.I.C./NFPA79 standards for machine tools. j.Assemble all components, check final alignments, and perform truing tests. k.Prime and paint lathe in durability paint equal to or exceeding OEM specifications; battleship gray color. Notify Coast Guard Contracting Officer upon completion in order for the Government to witness final tests and inspection. Inspection to include all alignment checks, controls, drive equipment, and electrical checks. Note: Any damaged or heavily worn items that are discovered that fall outside the scope of the above overhaul requirements will be subject to possible contract modifications. The overhauled lathe is to be warranted for a period of 12 months from the date of shipment for any defects due to workmanship or part failure during normal use. 4) OPTIONAL ITEM 1001 - Provide estimate for adding digital readout with wear free encoders. Minimal requirements as follows: Inch/metric conversion, Zero Approach warning, Zero reset/data preset, Data recall, Data hold, Radius/diameter readings, Center find, Home reference, Linear error compensation, Segmented error compensation, Memory back-up, Self diagnostics, Encoder failure alert, Switchable resolutions by axis, Sleep mode. (vii) Delivery of overhauled lathe is required no later than 130 Days After Receipt of Order. Address for pick-up and delivery: United States Coast Guard Yard, Shop 22, Bldg 8A, 2401 Hawkins Point Road, Baltimore, MD 21226. Pricing shall be quoted FOB Destination. (viii) Provision 52.212-1, Instructions to Offerors—Commercial (Jun 2009) and the following agenda applies to this acquisition. PROPOSAL PREPARATION INSTRUCTIONS: Technical Proposal: The offeror shall submit a technical proposal that provides documentation addressing the technical approach that they intend to use and showing that the offeror understand how to perform the work under Items 0001, 0002, 0003, and optional 1001. This documentation shall include the qualifications of personnel that will be performing this work, examples of overhauls of Monarch Lathes or similar work performed with references, ability to obtain the required new parts or ability to refurbish existing components to OEM new specifications. Offeror shall also include a statement summarizing the qualifications and expertise that makes your firm the best qualified to accomplish this work. This documentation shall not exceed three type written 8.5” by 11” pages, using 12 point type. A proposal that merely states that the offeror will meet all the requirements of the solicitation may be determined technically unacceptable. Price Proposal: Offeror shall provide a total FIXED PRICE for Item 0001 and shall incorporate all costs associated with the overhaul including pick-up, delivery and set-up costs. Individual pricing shall be provided for each Definite Work Item under Item 0003 and also submit a total price for all Definite Work Items under Item 0003, Lathe Overhaul. Pricing shall also be included for Optional Item 1001 for adding digital readout with ward free encoders. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but shall include the following information: 1) solicitation number, 2) company’s complete mailing and remittance addresses, 3) discounts for prompt payment if applicable, 4) cage code, 5) Dun & Bradstreet number, 6) Taxpayer ID number, all information specified in Proposal Preparation Instructions. The offeror shall also submit a delivery schedule to Item 0001, a delivery schedule for Item 0002 and a delivery schedule for Item 0003 after negotiation of the price adjustment as a result of the work added to Item 0003 identified in Item 0002, The Condition Found Report, Item 0002 within 30 calendar days. (ix) Provision 52.212-2, Evaluation—Commercial Items (Jan 1999) applies to this acquisition. Price and technical approach are the primary evaluation considerations, with schedule being a secondary consideration. The Government will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation, represents the best value to the government considering price, technical approach and delivery schedule. The evaluated price will be obtained using the pricing submitted for Items 0001, 0003, and optional Item 1001. Item 0002 is not separately priced. The price of Item 0002 shall be included by the offeror in the price of Item 0001. The Government reserves the right to make an award without discussions. Award may be made to other than the lowest price. The Government intends to award on an all or none basis. The evaluation and award procedures in FAR 13.106 apply. (x) Provision 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 2009) with Alt 1 included are to be submitted with your offers. (xi) Provision 52.212-4, Contract Terms and Conditions—Commercial Items (Jun 2009), applies to this acquisition and any addenda to the clause. The following addenda apply: the Contractor shall notify the Coast Guard Contracting Officer, or an authorized representative, upon completion in order for the government to witness final tests and inspection. Inspection shall include all alignment checks, controls, drive equipment, and electrical checks. Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of all clauses may be accessed electronically at Internet address http://www.acquision.gov/far. (xii) Provision 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2009) applies to this acquisition. The following clauses are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government. (Sept 2006); FAR 52.219-6, Notice of Total Small Business Aside (Jun 2003); 52.219-8 Utilization of Small Business Concerns. (May 2004); 52.219-4 Limitations on Subcontracting. (Dec 1996); FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009); FAR 52.222-3 Convict Labor (Jun 2003) (E.O. 11755), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sept 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sept 2006); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.225-1 Buy American Act-Supplies. (Feb 2009); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area. (Nov 2007); FAR 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); 52.222-42 Statement of Equivalent Rates for Federal Hires. (May 1989); 52.222-43 Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006); Contractor must be registered in CCR before receiving award, HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). (xiii) This contract will result in a requirements contract with a twelve month base year and a twelve month option year. 52.216-18 – Ordering (Oct 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued the effective date of the requirements contract (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 - Order Limitations (Oct 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than zero, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single service in excess of 2 Monarch Lathes; (2) Any order for a combination of services in excess of 2 Monarch Lathes or (3) A series of orders from the same ordering office within 1 day(s) that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 – Requirements (Oct 1995) a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government’s requirements do not result in orders in the quantities described as “estimated’’ or “maximum” in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last delivery order has expired. (xiv) Not Applicable (xv) QUOTES ARE DUE BY 6:00PM EST on _4 Sept 2009_. Quotes may be faxed to 410-762-6095 or emailed to Stefanie.W.Schmitz@uscg.mil. (xvi) POC is Stefanie Schmitz, Contract Specialist, 410-762-6445.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-40045/listing.html)
 
Place of Performance
Address: Pick-Up and Delivery shall take place at:, United States Coast Guard Yard, Shop 22, Bldg 8A, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01928235-W 20090828/090827001921-dbf2e8443c7217126a4aef5fd96aba67 (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.