Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

H -- DIESEL ENGINE INSPECTION PARTS/SERVICES

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
21-10-800P45CC3
 
Archive Date
5/4/2010
 
Point of Contact
Patricia R. Johnson, Phone: 410-762-6493, Beverly Garner, Phone: 757-628-4663
 
E-Mail Address
patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil
(patricia.r.johnson@uscg.mil, Beverly.A.Garner@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modify the above reference solicitation description as follows: 1. Paragrah 1- Remove and Replace the word "Caterpillar" and replace with (210 WMEC DEI KIT). Delete: (for the Ship Service Diesel Generators). 2. Delete Job Reference no. 2110800P45DB5 and it's entirety as part of this solicitation. No longer required by the Government 3. Ref # 2110800P45CC9 - Services for CGC Venturous, in St. Petersburg, Fl. Performance Date is changed to read: 22 Aug - 04 Sept. 2010. 4.Parts that may be substitue by third party are interchangeable as follows: -O-Ring fuel filters -Lube oil filters, oil filters The United States Coast Guard Surface Forces Logistic Center, WMEC Product Line, has a requirement to renew and overhaul Caterpillar Kit, and Perform Dei Service onboard several Coast Guard Cutters for the Ship Service Diesel Generators in accordance with “Statement of Work,” (see attached) This is a combined synopsis/solicitation for a commercial services/supplies prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-39 (Mar 2010), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issue. The NAICS code for this solicitation is 811310, and the Small Business Size Standard is 500 employees. This synopsis/solicitation is issued pursuant to FAR 6.03-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisitions Procedures in accordance with FAR 13. It is anticipated that a Purchase Order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only OEMS', (see parts list attachment )and/or its authorized dealers, can obtain the required technical and engineering data, and genuine OEM parts, and services through “Full and Open” competition with the use of OEM parts are technically required to successfully overhaul these kits. Brand name parts are critical to the safe operation of the diesel engines. Concerns having expertise and capabilities to respond to this notice must fully demonstrate their capabilities to supply these part numbers by submitting (1) verification that they can obtain the required parts from the OEM... 2) Other potential sources desiring to furnish other than OEM parts are required to submit the following information Complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional, and serviceability characteristics within 3 days prior to response date for evaluation purposes. The submission of this data is for review and will not impede the award of this solicitation. I. PRICING: Itemize Part and Services for the following CG CUTTERS: F.O.B Destination terms, with shipping included in the unit price is requested. If quoting FOB Origin, please provide and additional quote for estimated shipping costs. Ref: P.R- 21-10-800P45CC3: (Parts and Services) Item 1: Contractor Services needed for Diesel Engine Inspection IAW, (see attached Statement of Work), Place of Performance: aboard CGC ALERT, Warrenton, OR Required Performance date 7/25/2010 – 8/7/2010 (1 Job): $_________ Item 2: - 210 DEI Kit #2516-16 Cyl (See parts list- Table 1) Note: (Brand name) (1 Kit)Unit Price: $_______; Extended Price: $_______ *Pricing should include all labor, parts, and per diem/estimated travel expenses to cutter’s homeport. Ref: P.R – 2110800P45CC8: (Services only) Item 1: Contractor Services needed for Diesel Engine Inspection IAW, (See attached “ Statement of Work), Place of Performance: aboard the CGC TAHOMA, Portsmouth, NH Required Performance Date: 6/6/2010 – 6/18/2010 (1 Job) Extended Price $____________ *Pricing should include all labor, parts, and per diem/estimated travel expenses to cutter’s homeport. Ref: P.R. – 2110800P45CC9: (Services only) Item 1: Contractor Services needed for Diesel Engine Inspection, IAW, (See attached Statement of Work), Place of Performance: Aboard the CGC VENTUROUS, St. Petersburg, FL Required Performance Date: 5/23/2010 – 6/04/2010 (1 Job) Extended Price $____________ *Pricing should include all labor, parts, and per diem/estimated travel expenses to cutter’s homeport. Ref: P.R. 2110800P45DB5: (Parts and Services) Item 1: 210 WMEC, ALCO, DEI KIT #2516-16CYL 7 (Brand Name ) (1 kit ) Unit Price $_________Extended Price $____________ Item 2: Perform DEI Service on board ship, For Item I, IAW Statement of Work 1 job $ Extended Price $____________ Place of Performance: CGC RELIANCE, Portsmouth, Naval Shipyard, Portsmouth, NH Required Performance Date: 01 Jul 2010 *Pricing should include all labor, parts and per diem/estimated travel expenses to Cutter’s homeport. II. SPECIFICATION AND PULBICATIONS: Attachment 1 - Statement of Work for Diesel Engine Inspection (DEI) for CGC VENTUROUS; CGC ALERT; CGC RELIANCE; CGC TAHOMA •Coast Guard Technical Publication 344A, May 2002, SWBS 233 Inspection Manual for Alco Engines- Model: 251 •Coast Guard Technical Publication 3905, April 2003, SWBS 233, Diesel Engine Inspection Procedure- Alco Model 251 III. Evaluation: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a “best value” basis utilizing the following factors, listed in order of precedence: (a)Technical Capability, including the ability to provide Alco replacement parts (b)Estimated Price, including travel (c)Past Performance IV. Clauses and Provisions: The following FAR provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. ANNUAL REPRESENTATION AND CERTIFICAITONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partners Network (BPN), www.bpn.gov, contractors will use ORCA to electronically submit annual representations and certifications (REPS & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number, (MPIN). Offeror(s) must include a complete copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years of currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following clauses FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www. Arnet.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-1 Instructions to Offerors—Commercial Items. (JUNE 2008) 52.212-3 Offeror Representations and Certifications—Commercial Items. (JUNE 2008) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008)And 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2009). The following clauses listed are hereby incorporated: 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)); Convict Labor (June 2003)(E.O. 11755);52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 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); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793);52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); 52.225-3, Buy American Act—Free Trade Agreements-Israeli Trade Act(June 2009)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.jS.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). Alternate II (Jan 2004) of 52.225-3; (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).(Aug 2009)(19 U.S.C. 2501, et seq. 19 U.S.C. 3301 note).(June 2003)(41 U.S.C. 10a-10d); 52.232-36, Payment by Third Party (May 1999)(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.). 52.222-43, Fair Labor Standards Act and Service Contract –Act –Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Registration (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation HSAR 3052.209-70, Prohibition on Contracts with Cooperate Expatriates (July 2007). Copies Of HSAR clauses may be obtained electronically at www.dhs.gov. All Responsible small business sources may submit a quotation which if timely received, shall be considered by the Agency. Companies must have a valid DUNS numbers, And shall provide the company Tax Information Number (TIN) with their offer. 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. Interest 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, interest 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 vest interest of the Government. The agency’s goal is to resolve protest 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-filling of the protest to meet the requirement. To be timely, protest must be filled 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 202-372-3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/21-10-800P45CC3/listing.html)
 
Place of Performance
Address: Cutters homeport, Portsmouth, Virginia, 23327, United States
Zip Code: 23327
 
Record
SN02118933-W 20100414/100412234453-39ea28e806a3b00508c27205092a85e9 (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.