Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

20 -- Torque Measurement Equipment/Install - Scope of Work

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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-41445
 
Archive Date
10/22/2009
 
Point of Contact
Tammy J. Forwood, Phone: 410-762-6228, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman Notice Wage Determination - 30086 Enigneering Tech VI Scope of Work (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-41445 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 (iv) This is an unrestricted solicitation. The North American Industry Classification System (NAICS) code is 334419 and the size standard is 500 employees for the requirement. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. QUOTE PRICES FOB DESTINATION (v) CLIN0001: CONTRACTOR MATERIAL FOR PHASE 3 TORQUE MEASUREMENT EQUIPMENT QUANTITY: 1 JOB, SEE THE ATTACHED SCOPE OF WORK. CLIN0002: CONTRACTOR SERVICES FOR INSTALLATION & TRAINING QUANTITY: 1 JOB, SEE THE ATTACHED SCOPE OF WORK. CLIN0003: CONTRACTOR SERVICES FOR INSTALLATION, SET-UP, CONFIGURATION, DOCKSIDE TRIALS, AND UNDERWAY SEA TRIALS. QUANTITY: 1 JOB, SEE THE ATTACHED SCOPE OF WORK. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this requirement to HBM Incorporated and/or their authorized distributor. It is the Government’s belief that only HBM Incorporated or their authorized distributors can furnish these parts and services and ensure the proper fit, form and function of all its components. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than HBM Incorporated parts are required to submit the following information within 3 working days of this announcement for the evaluation purpose. The submission of this data for review will not impede the award of this solicitation. The government does not intend to pay for any information solicited. (1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics). (2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. PACKAGING – Standard Commercial Packing (vii) Place of delivery is: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Building 58 – Second Floor, Mail Stop 7 Engineering Division E/E Branch, Baltimore, MD 21226-1797. ATTENTION: HSCG40-09-P-41445. The delivery term is FOB Destination. (viii) 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 (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items, 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, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with their offer. ADDENDUM to FAR 52.212-1 is FAR 52.211-6 Brand Name or Equal (Aug 1999). (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL EVALUATION FACTORS 1.OFFEROR SHALL HAVE AT LEAST TEN (10) YEARS EXPERIENCE INSTALLING TORQUE MEASUREMENT EQUIPMENT, DATA ACQUISITION EQUIPMENT, AND BE ABLE TO SET-UP AND CONFIGURE SIMILAR EQUIPMENT IN A MARINE ENVIRONMENT. 2.OFFEROR SHALL HAVE A GOOD WORKING KNOWLEDGE OF TORQUE MEASUREMENT EQUIPMENT TO BE ABLE TO INSTALL, INSTRUCT OTHERS CONCERNING INSTALLATION METHODS, AND THE ABILITY TO MAKE MINOR REPAIRS OR ADJUSTMENTS TO SIMILAR EQUIPMENT IN FORM, FIT, AND FUNCTION. 3.OFFEROR SHALL HAVE INSTALLED TORQUE MEASUREMENT AND DATA ACQUISITION EQUIPMENT ON BOARD A MARINE VESSEL WITHIN THE PAST FOUR (4) YEARS. Technical evaluation shall be weighed with more importance when compared to pricing. The Government has the right and can award to other than lowest bidder based on the technical evaluations. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sept 2009). The following clauses listed in 52.212-5 are incorporated: A. 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009). B. 52.222-3 Convict Labor (June 2003)(E.O. 11755). C. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(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. 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004). H. 52.222-50 Combating Trafficking in Persons (Feb 2009). I. 52.222-54 Employment Eligibility Verification (Jan 2009)(E.O. 12989). J. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). K. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) L. 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). M. 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.). N. The following items are incorporated as addendum to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. 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. O. 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I P. 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. (xiii) PROPOSALS ARE DUE BY 6:00 AM EST on September 29, 2009. Quotes may be faxed to (410) 762-6008 or emailed to Tammy.J.Forwood@uscg.mil. Contractors are responsible for verifying receipt of their quotes. The Government will not accept questions after 12:00PM EST on September 23, 2009. (xiv) POC is Tammy Forwood, USCG Contract Specialist, 410-762-6228.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-41445/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Building 58 - Second Floor, Mail Stop 7 - Engineering Division E/E Branch, Baltimore, Maryland, 21226-1797, United States
Zip Code: 21226-1797
 
Record
SN01966162-W 20090924/090923002853-156aa9a5668e1bd1bf634d640484a53b (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.