Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

28 -- PAXMAN ENGINE PARTS

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine 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-41166
 
Archive Date
10/29/2009
 
Point of Contact
Paul B. Premoe, Phone: 4107626078, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-41166 applies, and is issued as a Request for Quote. (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 333618 for the requirement. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract on the basis of other than full and open competition. Paxman (OEM) specifications, technical data and drawings are proprietary in nature and the Coast Guard has not purchased these proprietary rights. All parts proposed in response to this solicitation shall meet or exceed all requirements of the OEM for the corresponding part’s form, fit and function. All Concerns, other than the OEM that have not supplied the same parts in the past and had those parts found to be acceptable must submit sufficient documentary evidence that the offered parts meet OEM requirements for form, fit and function. Concerns having the expertise and required capabilities to provide these items are invited to submit such data discussing the same in duplicate within 5 calendar days from the date of this announcement. Because the USCG does not have rights in data, including specification, technical data and drawings, sufficient to evaluate compliance with OEM 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 capability to meet the requirements of each offered part’s salient OEM form, fit and functions requirements. The submission of this data will not be permitted to impede award of this contract in a timely manner. The Government will not pay for information solicited. All responsible sources may submit a proposal, which if timely received, will be considered by the Agency. THE FOLLOWING FACTORS WILL BE USED TO EVALUATE PROPOSALS AND ARE LISTED IN DECENDING ORDER OF IMPORTANCE. THE EVALUATION AND AWARD PROCEDURES IN FAR 13.106 APPLY: (1)TECHNICAL CAPABILITY (2)PAST PERFORMANCE (3)PRICE Technical capability and past performance are each more important than price. When combined, they are significantly more important than price. Technical capability is more important than past performance. The Government reserves the right to make multiple awards if, after considering the additional costs of awarding and administering multiple contracts, it is in the Government's best interest to do so. If the Government chooses this alternative, the awards will be for the CLINs or combination of CLINs that result in the lowest aggregate cost to the Government, including the assumed administrative cost. TECHNICAL CAPABILITY – Provide documentation that shows the offered product meets the OEM requirements for the corresponding part’s form, fit and function. PAST PERFORMANCE – The Vendor’s past performance will be evaluated to assess its demonstrated quality of performance on similar work, to include the ability to control the quality and cost of the items, timeliness of delivery, and effectiveness at accomplishing the goals of previous work. Offerors are required to provide corporate resumes for at most five (5) contracts completed during the past three years or currently in process for the similar items as are being solicited under this solicitation. PRICE – The total price of the requested product, will be evaluated after evaluation of technically capability of the offered item and the offeror’s past performance in meeting the Government’s and private industry’s requirements. INSPECTION AND ACCEPTANCE SHALL BE AT DESTINATION (SUPPLIES SHALL BE DELIVERED TO THE DESTINATION AT THE EXPENSE OF THE CONTRACTOR). VENDORS SHALL INCLUDE COMMERCIAL WARRANTY TERMS, AND OFFERED DELIVERY DATE WITH THEIR QUOTATION. (v) CLIN 0001, ACN 2910-99-254-7219, Ferrule, Fuel, Part # Y3J13867, QTY 107 Each, CLIN 0002, ACN 2815-99-534-5589, Valve, Poppet, Engine, Exhaust, Used as Rotable on Overhaul of Paxman Engine Heads, Restock Level 100 each, High Point Level 150 each, Part # Y3J10318, QTY 51 Each Each CLIN 0003, ACN 2815-01-LG4-9864, Diaphragm Valve, Part # ST015141, QTY 1 Each CLIN 0004, Pin, Taper, Part # ST013326, QTY 5 Each, CLIN 0005, Nipple, Parallel, Part # ST032044, QTY 8 Each, CLIN 0006, Tee, Reducing, Part # ST032603, QTY 4 Each, CLIN 0007, Clip. Hose, Part # ST040376, QTY 10 Each, CLIN 0008, Coupling Tube, Part # ST046905, QTY 15 Each, CLIN 0009, Spring Carrier, Part # Y3J10319A, QTY 10 Each, CLIN 0010, Capscrew, Part # Y3J20725, QTY 4 Each, CLIN 0011, Cover, Turbo Wash, Part # Y3J87363B, QTY 2 Each, CLIN 0012, Drain, Part # OD16828P08, QTY 4 Each, CLIN 0013, Header, Part # OD30625P12, QTY 1 Each, CLIN 0014, Diffuser, Part # 79OA211P14, QTY 1 Each, CLIN 0015, Tank, R/WTR Pump, Part # 79OA211P30, QTY 1 Each, CLIN 0016, Pipe, Part # 81MX149P1, QTY 4 Each, CLIN 0017, Pipe, Part # 84MX632P3, QTY 1 Each, CLIN 0018, Joint, Part # 16Y3J30033A, QTY 6 Each, CLIN 0019, ACN 5315-01-447-3438, Pin, Straight, Headless, Part # ST025433, QTY 4 Each, CLIN 0020, ACN 2815-01-550-2852, Valve, Part # 65G10, QTY 2 Each, CLIN 0021, ACN 4820-01-550-4459, Valve Assembly, Part # Y3J34620, QTY 1 Each, CLIN 0022, ACN 2815-01-554-5539, Nipple Piece, Part # ST032022, QTY 6 Each, CLIN 0023, Connection Screwed, Part # ST040169, QTY 1 Each, CLIN 0024, Coupling Tube, Part # ST046905, QTY 6 Each, CLIN 0025, Header, Part # OD30625P12, QTY 1 Each, CLIN 0026, Support, Part # 16Y3J22483, QTY 1 Each, CLIN 0027, Spring Carrier, Part # Y3J10319A, QTY 22 Each, CLIN 0028, Housing, Part # Y3J20711D, QTY 1 Each, CLIN 0029, Cover, Part # Y3J20712D, QTY 1 Each, CLIN 0030, Bevel Pinion, Part # Y3J20751B, QTY 1 Each, CLIN 0031, ACN 5310-01-447-5732, Washer, Part # ST318019, QTY 4 Each, CLIN 0032, ACN 3120-99-526-1828, Ferrule, Locating, Part # YJ13165, QTY 2 Each, CLIN 0033, ACN 2815-01-551-0811, Driving Sleeve, Part # Y3J20792A, QTY 1 Each, CLIN 0034, ACN 5315-01-395-1441, Key, Woodruff, Part # ST011305, QTY 1 Each, CLIN 0035, ACN 4730-99-560-3647, Coupling, Part # ST046742, QTY 2 Each, CLIN 0036, ACN 5360-01-312-9876, Spring, Outer, Part # Y3J10313E, QTY 52 Each, CLIN 0037, ACN 5360-01-312-6090, Spring, Inner, Part # Y3J10312E, QTY 52 Each, CLIN 0038, ACN 2815-99-788-6920, Collet, Split, Part # Y3J10316, QTY 52 Each, CLIN 0039, ACN 2910-99-764-7116, Housing, Injector, Part # Y3J10029B, QTY 3 Each, CLIN 0040, ACN 5307-99-534-5595, Stud, Recessed, Part # Y3J10818, QTY 50 Each, ***DELIVERY DATE: 4 WEEKS ARO*** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. **PREPARATION FOR DELIVERY**: All material shipped to the U.S. Coast Guard Engineering Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Contract Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the contract number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 AM and 3:30 PM. ***Failure to following the packaging instructions may result in a company being charged money by the USCG to cover the costs of repackaging the items purchased in any resulting contract(s). Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging***. WARRANTY: Items being acquired will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. The Contractor shall warranty items against defects that lead to failure for one (1) year after installation and shall remain fit for its intended purpose for a period of up to two (2) years storage after delivery to the Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. Acceptance is subject to revocation for non-conformities from OEM specifications for form, fit and function at the time of delivery or at the time of installation, due to the difficulty in ascertaining conformance to requirements inherent in internal engine parts and where any discrepancy is induced by difficulty of discovery of contractor’s quality assurances when delivery was made. (vii) Place of delivery is: USCG Engineering Logistics Center, Receiving Room – Building 88, 2401 Hawkins Point Road, Baltimore, MD 21226. (viii) FAR 52.252-1 Provision 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 this/these address(es): www.arnet.gov. Homeland Security Acquisition Regulations (HSAR) HSAR 3052.247-72 F.O.B. Destination Only(Dec 2003) This contract incorporates the following clauses by reference, with the same force and effect as if they were giving in full text. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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 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 and 6) Pricing, delivery and technical information as required in accordance with FAR 52.212-2 (Jan 1999), Evaluation-Commercial Items, paragraph (ix) below. Offerors shall include a completed copy of the provision at 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – The following evaluation factors shall be considered: 1) Technical Capability; 2) Past Performance; and 3) Price (x) Submission Instruction: For your quotation to be considered responsive, you must submit the following information as part of the quotation. a) Commercial Warranty Policy Information. b) All parts supplied by the offeror shall be identified with the manufacturing source. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (March 2009) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Sep 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following clauses listed in 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-54, Employment Eligibility Verification (Jan 2009). (E.O. 12989). 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 (Sep 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). 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). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii) QUOTES ARE DUE BY 12:00 PM EST on 14 October 2009. Quotes may be faxed to (410) 762-6095 or emailed to Paul.B.Premoe@uscg.mil. Vendors must confirm USCG’s receipt of their quotation. The Government will not accept questions after 12:00 PM EST on October 7, 2009. (xiv) POC is Paul Premoe, Acquisition Specialist, 410-762-6078.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-41166 /listing.html)
 
Place of Performance
Address: USCG Engineering Logistics Center, Receiving Room – Building 88, 2401 Hawkins Point Road, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN01969152-W 20090926/090925000939-bf945305d6b432a3b22bd1d342ba9003 (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.