Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

61 -- REPAIR/OVERHAUL DC POWER FRIVE MOTOR ASSY FOR MK75 GUN MOUNT - Drawing for the DC Power Drive Motors Assy., Part No./Dwg # 5521273

Notice Date
1/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-10-Q-60423
 
Archive Date
1/26/2010
 
Point of Contact
Ronald Almond, Phone: 410-762-6451, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil
(ronald.almond@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing for the DC Power Drive Motors Assy., Part No./Dwg # 5521273, Sheet 2 Drawing for the DC Power Drive Motors Assy., Part No./Dwg # 5521273, Sheet 1 (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 HSCG40-10-Q-60423 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 2005-38. This procurement is total set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 811310 for the requirement. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Fixed Price Requirements Contract for the repair/overhaul of DC POWER DRIVE MOTOR ASSEMBLY. The refurbishing services are to restore the corresponding part to its original form, fit and function as stated in the Performance Work Statement and NAVSEA DRAWING 5521273. This contract will include a performance period of 12 months starting from the date of award. The Government will not pay for information solicited. All responsible sources may submit a quotation, which if timely received, will be considered by the Agency. CLIN 0001, NSN 6105-01-245-0992, DC POWER DRIVE MOTOR ASSEMBLY, MODEL NO. CEM MC27-HP-J2510-H04, PART NO. 5521273. Quantity: Maximum of 18 Each. Place of Performance will be the awarded vendor's site. ***DELIVERY DATE: 2-3 WEEKS AFTER RECEIPT OF EACH DC POWER DRIVE MOTOR ASSEMBLY TO BE REFURBISHED*** PERFORMANCE WORK STATEMENT (PWS) - The contractor shall inspect, repair/overhaul, test, and package each item in accordance with PWS. Repair and Testing: Each motor is required to be repaired or overhauled per the specifications of the respective Naval Sea Systems (NAVSEA) Command Drawing (53711) 5521273 drawing. Upon completion of overhaul or repair, every Motor 5521273 is to be tested for certification of performance in accordance with the notes on NAVSEA motor drawing 5521273 prior to be accepted by the U.S. Government. Packaging Requirements: Prior to shipping, each motor shall be painted in accordance with NAVSEA drawing 5521273. Each motor shall be sealed in EMI/Static Shield Barrier Material MIL-PRF-81705D Type 1 and then packaged in a wooden crate per MIL-STD-20731D. A motor shall be positioned and restrained in the shipping crate such that the weight of the motor is resting on the motor casing and not resting on the motor shaft or shaft bearings. Each motor crated is to be identified per MIL-STD-129P. This PWS defines the requirements for the inspection, repair/overhaul, testing, and packaging of the MK 75 Gun System Power Drive Motors in support of the USCG YARD Depot MK75 Gun Mount Overhaul Program. Ordering Instruction: The COTR will notify the Contractor of the requirement 10 business days prior to the necessary performance of any of these services. The COTR will then ship the parts to be refurbished to the contractor site at the expenses of the Government. The Contractor shall deliver the refurbished item(s) back to the USCG Yard within 3 weeks upon receipt of the parts. THE FOLLOWING FACTORS WILL BE USED TO EVALUATE QUOTES AND ARE LISTED IN DECENDING ORDER OF IMPORTANCE. THE EVALUATION AND AWARD PROCEDURES IN FAR 13.106 APPLY: (1)TECHNICAL CAPABILITY (2)RELEVANT 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. TECHNICAL CAPABILITY – All Concerns having the expertise and required capabilities to provide the service, shall submit sufficient documentary evidence that the offered services will provide a finished product that will meet its original form, fit and function. Concerns that respond to this notice must fully demonstrate the capability to accomplish the tasks and are to supply pertinent information in sufficient detail to demonstrate capability to meet the requirements as described in the Performance Work Statement and NAVSEA DRAWING 5521273. 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 three (3) 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. (iv) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. **PREPARATION FOR DELIVERY**: Prior to shipping, each motor shall be painted in accordance with NAVSEA drawing 5521273. Each motor shall be sealed in EMI/Static Shield Barrier Material MIL-PRF-81705D Type 1 and then packaged in a wooden crate per MIL-STD-20731D. A motor shall be positioned and restrained in the shipping crate such that the weight of the motor is resting on the motor casing and not resting on the motor shaft or shaft bearings. Each motor crated is to be identified per MIL-STD-129P. All packing lists shall cite the Contract Number with the package in such a manner as to provide identification. 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 parts and where any discrepancy is induced by difficulty of discovery of contractor’s quality assurances when delivery was made. (v) Place of delivery is: U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226. A purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. (vi) 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) NUMBERTITLE DATE HSAR 3052.242- 71 Dissemination of Contract Information (Dec 2003) 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 go to www.arnet.gov/far & http/www.dhs.gov/. 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. (vii) 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. This is a best value award. Award may be to other than the lowest price. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (viii) 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) Technical Capability Statement. c) Past Performance Document. (ix) 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. (x) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Dec 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: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 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). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-54, Employment Eligibility Verification (Jan 2009). (E.O. 12989). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 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 (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). 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). 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.). FAR 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 for a period of performance of twelve (12) months. (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. 52.216-21 – Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified and effective for the performance period of 12 months starting from the date of award. The quantities of supplies or services specified 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”, 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. Alternate I (Apr 1984). If the requirements contract is for nonpersonal services and related supplies and covers estimated requirements that exceed a specific Government activity’s internal capability to produce or perform, substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity’s requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may furnish within its own capabilities. (xi) QUOTES ARE DUE BY 12:00 PM EST on 11 January 2010. Quotes may be faxed to (410) 762-6095 or emailed to ronald.almond@uscg.mil. Vendors must confirm USCG’s receipt of their quotation. The Government will not accept questions after 12:00 PM EST on 08 January 2010. (xii) POC is Ron Almond, Contract Specialist, 410-762-6451.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60423/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02034370-W 20100106/100104235508-eaab35039fd1f85f007556876b79832e (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.