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
SOLICITATION NOTICE

28 -- ENGINE, GENERATOR SET

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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
HSCG40-10-Q-1AK026
 
Archive Date
5/11/2010
 
Point of Contact
Walter A. Mack, Phone: 4106726162, Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil
(walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following: NSN 2815-01-f98-0167, ENGINE, GENERATOR SET; PART# D0824LF01/UCM224F13, Quantity 3 EA. The Ship Service Diesel Generator (SSDG) is utilized onboard 87’ WPB Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-coded. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. Delivery on or before 07/15/10. Repairs will be in accordance with the following specification: OVERHAUL OF U.S. COAST GUARD 87’ WPB SHIP SERVICE DIESEL GENERATOR SETS 1.0SCOPE 1.1.General – This overhaul description sets forth the requirements for the receipt, inspection, condition/test reports, overhaul, testing, preservation, packaging, packing, marking and bar-coding of Ship Service Diesel Generator(SSDG) sets used on all 87' WPB Coastal Patrol Boats. 1.2.Government Furnished Property (GFP) – The listed items are managed by the Coast Guard Surface Forces Logistics Center at Curtis Bay, MD. a.National Stock Number:NSN: 2815-01-F98-0167 Item Name:Engine Generator Part Number:D0824LF01/UCM224F13 Manufacturer:Performance Diesel Inc.(PDI) Application:87’ WPB Vessels 1.3.Responsibility for GFP – Contractor shall provide protective storage for the GFP when not in use, and safe handling when in use. a.The storage area shall at a minimum be closed on all sides, protected from the weather and locked when the equipment is not in use or being serviced. 2.0APPLICABLE DOCUMENTS 2.1.General – The documents listed in this section are specified in sections 3, 4, and 5 of this overhaul description. This section does not include documents cited in other sections of this description or recommended for additional information or as examples. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements cited in sections 3, 4, and 5 of this description, whether or not they are listed. a.Government Documents – The following specifications, standards, publications, and handbooks form a part of this overhaul description to the extent specified herein. Unless otherwise specified, the versions in effect are those listed in the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions or the current Department of Defense Single Stock Point of Specifications and Standards, (DODSSP), and supplements thereto, cited in the solicitation or contract. 2.2.Coast Guard Documents – The following documents form a part of this overhaul description to the extent specified herein. The documents listed shall be by title and effective date, unless otherwise documented. 2.2.1.Specifications a.USCG-ELC SPECIFICATION D-000-100 Rev. G, Change 1, Dated 02/06, Bar Coding for USCG ENGINEERING LOGISTICS CENTER material. 2.2.2.Technical Publications a.CG TP-4516 MAN Engines & Components 2.3.Other Government Documents – The following documents form a part of this overhaul description to the extent specified herein. The documents listed shall be by title and effective date, unless otherwise documented. 2.3.1.GSA Federal Supply Schedule (FSS) a.A-A-2787 T1, Dated 10/16/04 Enamel (Aerosol - Low VOC) Color 1785 2.4.Commercial Documents – The following documents form a part of this overhaul description to the extent specified herein. The documents listed shall be by title and effective date unless otherwise documented. 2.4.1.National Conference of Standards Laboratories (NCSL) a.NCSL Z540-3, Dated 1/1/2006 Requirements for the Calibration of Measuring and Test Equipment 2.4.2.Society for Protective Coatings (SSPC) a.SSPC Paint 25, Dated 1/5/1997 Zinc Oxide, Alkyd, Linseed Oil Primer for Use Over Hand Cleaned Steel Type I and Type II - Editorial Changes 11/1/2004 2.4.3.American Society for Quality Control (ASQC) a.ASQ Q9003-1994, Dated 1/1/1994 - Quality Systems - Model for Quality Assurance in Final Inspection and Test 2.5.Document Availability – To obtain the referenced documents see section 6.1. 2.6.Specification Order of Precedence – In the event of a conflict between the text of this overhaul description and the references cited herein, this description shall take precedence, unless otherwise specified herein. Nothing in this description, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.0REQUREMENTS 3.1.General – Contractor shall provide all labor, tooling and materials required to perform overhaul services in accordance with all Original Equipment Manufacturer (OEM) specifications on the SSDGs described in section 1.2. 3.1.1.Preliminary cleaning, disassembly and inspection shall be conducted to determine the estimated cost of overhaul including material, labor, testing, preservation, packaging, packing, marking and bar-coding costs. A detailed estimate shall be submitted to the Coast Guard Contract Administrator within 10 days of receipt for each SSDG for approval prior to the start of overhaul work. Estimate shall include overhaul and testing as well as repair or replacement of the shipping crate if necessary. Contractor shall immediately notify the C. G. Contract Administrator if the make and/or model delivered for overhaul services do not conform to the intended make and/or model cited in section 1.0 above, or is questionable for any reason. a.The preliminary inspection report shall consist of, as a minimum, the following information: 1.Date of Inspection 2.Identification of SSDG by serial number, part number and stock number. 3.Condition of shipping crate and any cost of repair or replacement. 4.A list of parts and materials recommended for replacement with individual pricing. 5.Cost of overhaul labor 6.Comments if any pertaining to unusual observations during inspection and disassembly. 3.2.Approval to proceed with repairs – The preliminary inspection report shall be submitted to the C. G. Contract Administrator for approval. No further work will be authorized until the submitted report is reviewed and approved in writing by the C. G. Contract Administrator. The methods and procedures to accomplish the SSDG overhaul shall be in accordance with this overhaul description and the references listed in section 2.0. 3.3.Replacement Parts – All replacement parts used in the SSDG overhaul shall be new or remanufactured Performance Diesel Inc, the Original Equipment Manufacturer (OEM). Reclaimed, recycled or aftermarket parts are not acceptable and shall not be used. a.Mandatory Replacement Parts – See Appendix A attached. 3.4.SSDG Disposition – The Coast Guard shall determine the disposition of any SSDG delivered to the overhaul facility that is found to be not suitable for repair for whatever reason. 3.5.SSDG Overhaul – Each SSDG shall be overhauled and returned to a condition that is equal to that of a new PDI SSDG part no. D0824LF01/UCM224F13 for use on the Coast Guard 87’ WPB patrol vessels to include any upgrades as applicable. After completion of overhaul, Contractor shall perform standard production tests to assure maximum design performance IAW Performance Diesel Inc. specifications and standards. Contractor shall provide successful production testing certification to the C. G. Contract Administrator with a copy placed in the crate with each coupling. 3.6. SSDG Painting – Each SSDG shall be prepared and painted as described below as a minimum. 3.6.1.Abrasive Blasting: Abrasive blast all painted surfaces using a soft abrasive media so as to not remove any metal. Remove all label plates and replace them at the conclusion of painting, if applicable. 3.6.2.Primer: All exposed metal surfaces of SSDG exterior shall be primed with one coat (2-3 mils MDFT) of primer I.A.W SSPC Paint 25. Allow a minimum of (7) seven hours to dry. 3.6.3.Top Coat: Two coats, approximately two (2) mils, total thickness (3-5 mils MDFT) shall be sprayed on all primed surfaces. Allow a minimum of seven (7) hours drying for recoat and primed surfaces. Paint shall be color #17875 in accordance with A-A-2787 T1. a.A Coating Thickness Gauge shall be used to determine coating thickness. A calibration certificate shall be provided to the Coast Guard Representative upon request. The calibration shall be traceable to the National Institute of Standards and Technology (NIST). NOTE: Alternative requests to the requirements of section 3.7 shall be presented to the C. G. Contract Administrator for review and approval. 3.7.Testing – Each SSDG shall be inspected and tested in accordance with (OEM) design and technical specifications. 3.7.1.If any reading fails to meet the OEM requirements, the SSDG shall be rejected and the Contractor shall complete any and all repairs needed to meet said requirements. 3.8.Test Report – Contractor shall submit the final inspection and test report to the C. G. Contract Administrator for review and approval. This report shall be approved prior to Coast Guard Quality Assurance inspection. The test report shall contain at a minimum, the following information: a.Contractor name, address and telephone number b.Testing Contractor contact info (if different from above) c.Contract number and delivery order number, if applicable. d.SSDG serial number e.Date of test f.Description and results of each test conducted. g.Name of the person/s conducting the testing. h.Test equipment used, nomenclature, serial number, and calibration date. 3.8.1.The inspection report shall depict the final condition of the SSDG after all work has been completed. 3.8.2.All defects if any, even those deemed acceptable, shall be documented on the inspection report. 3.9.Calibration – All test equipment shall be calibrated and have a current calibration sticker attached. Calibration shall be traceable to National Institute of Standards and Technology (NIST). 3.10.Assembly – Overhauled SSDGs shall be delivered to the Coast Guard completely assembled and ready for installation. Contractor shall preserve, package, pack, mark and bar-code each coupling in accordance with section 5.0 of this description. 3.11.Notifications and Inspections – The Contractor shall notify the Coast Guard Contract Administrator no less than seven (07) calendar days prior to any required inspections or monitored testing if necessary. 4.0QUALITY ASSURANCE 4.1.General – Contractor shall maintain an inspection system which shall insure each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system shall be documented, meet the requirements of ASQ Q9003 and be available for review by the Coast Guard. 4.1.1.Contractor shall submit a Quality Assurance Plan for approval to the C. G. Contract Administrator. 4.2.Records – Contractor shall maintain records of all inspections and tests. The records at a minimum shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective action taken. 4.3.Calibration System – Contractor, as well as any subcontractors, shall maintain a test equipment calibration program in compliance with NCSL Z540-3. The program shall be documented and traceable to the National Institute of Standards and Technology (NIST). 4.3.1.The calibration system records shall be maintained for inspection for the duration of any contract referencing this overhaul description. 4.4.Responsibility for Inspection – Contractor shall be responsible for the performance of all inspection requirements specified herein. Contractor shall provide space, personnel and test equipment for the conduct of all inspection requirements. All inspection and testing shall be performed at the Contractor’s facility prior to the Coast Guards acceptance of the contracted items. The Coast Guard reserves the right to verify or have performed any of the inspections set forth herein where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. Contractor shall notify the C. G. Contract Administrator prior to the scheduled commencement of any inspections required by this overhaul description. 4.5.Responsibility For Compliance – All items shall meet the provisions of Sections 3 & 5. The inspections set forth in this description shall become part of the Contractor’s overall inspection system or quality program. The absence of any inspection requirement in this description shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. Sampling for quality conformance does not authorize submission of known defective material (either indicated or actual) nor does it commit the Government to acceptance of defective material. 4.6.Tests & Inspections – The inspections/tests required in section 3.0 are the minimum required and are not intended to supplant any controls, examination, inspections or tests normally employed by the Contractor to assure the quality of the item in question. 4.6.1.Contractor shall have the latest versions of the drawings, specifications, tolerances and approved test procedures available for inspection, if necessary. 4.7.Failure Responsibility – If a SSDG fails to pass any inspection or test, the Contractor shall report the failure and the recommended fix to the C. G. Contract Administrator. If approved, the corrective action on the materials or processes shall be taken in accordance with this section. a.The C. G. Contract Administrator reserves the right to totally reject any failed item without considering any suggested corrective action. 4.7.1.The inspection/testing shall be discontinued until all corrective action has been taken. 4.7.2.After all corrective actions have been taken the inspection/tests shall be continued or repeated at the option of the C. G. Contract Administrator. 4.7.3.Acceptance shall be withheld until re-inspection has shown the corrective action was successful and the item satisfactorily passed all inspections and tests. 4.7.4.All corrective actions shall be documented as part of the Contractor's inspection system and submitted for approval to the C. G. Contract Administrator. a.Each corrective action report shall include, but not be limited to the cause of each defect, corrective action suggested, and the steps taken to prevent a recurrence of each defect. 4.8.Test & Inspection Reports – A copy of any standard Contractor test or inspection report shall be turned over to the C. G. Contract Administrator upon his/her request. 4.9.Warranty – The Contractor’s standard new SSDG warranty applies. 4.10.Packing Inspection - The C. G. Contract Administrator shall be notified prior to the packaging, packing, marking and bar-coding of the overhauled SSDG in accordance with section 3.11 of this overhaul description. 5.0PRESERVATION, PACKAGING, PACKING, MARKING AND BAR-CODING 5.1.General – Each overhauled SSDG shall be cleaned, preserved, packaged, packed, marked and bar-coded as specified herein. 5.2.Preservation – Each overhauled SSDG will be placed in warehouse storage and is not for immediate installation. The overhauled SSDG shall be individually preserved and wrapped for protection against moisture and deterioration in accordance with PDI. standards and specifications to provide protection for a period of two (2) years minimum. 5.3.Packing – Each overhauled SSDG shall be packaged individually in its own framed-in wooden crate in accordance with SFLC specification SP-PP&M-001. The crate shall be constructed in such a manner to prevent the SSDG from shifting inside and be capable of providing adequate protection during multiple commercial shipments and long term warehouse storage and handling. The crate lid shall be secured with corrosion/rust resisting wood screws for easy removal and securing. 5.4.Marking – The marking described herein shall be placed on the longest two sides of each crate (on opposite ends) and include the requirements of section 5.5 of this description. 5.4.1.Other than the marking required in 5.5, all markings shall be done via machine-made stencils where applicable with the exception of the serial number. The serial number may be hand written in legible English using block lettering. The lettering shall be at least 3/4” high, in permanent black print on a painted white background. NOTE: ALL PREVIOUS MARKINGS AND / OR QUALITY ASSURANCE DECALS SHALL BE COMPLETELY REMOVED FROM THE REUSABLE SHIPPING CONTAINER PRIOR TO THE APPLICATION OF ANY NEW MARKINGS. 5.4.2.This markings shall consist of the NATIONAL STOCK NUMBER, ITEM NAME, PART NUMBER, SERIAL NUMBER, CONTRACT NUMBER, SHIPPING WEIGHT (in lbs.,) condition code ie. CONDITION “A”, unit of issue with quantity (1) and the words COAST GUARD SFLC MATERIAL. a.The marking shall be in the format as follows: National Stock Number:NSN: 2815-01-F98-0167 Item Name:ENGINE,GENERATOR Part Number:D0824LF01/UCM224F13 Serial Number:SEE CONTRACT Contract Number:SEE CONTRACT Shipping Weight:CONTRACTOR PROVIDE The Following Statement: COAST GUARD SURFACE FORCES LOGISTICS CENTER MATERIAL,CONDITION "A", 1 EA 5.5.Bar Coding – The National Stock Number (NSN) shall be bar-coded in addition to the markings required above. Bar coded labels shall be in accordance with SFLC specification D-000-100 Rev. G. The bar-code label can be applied separately or as part of the marking required in 5.4 of this description. a.The labels shall be Type "V", Grade "A", Style "2", Composition "b" with plastic laminate. b.Each label shall contain encoded data for the National Stock Number. 5.6.Coast Guard Acceptance – Acceptance will be made at destination by a government representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order and Contractor’s conformance to preservation, packaging, packing, marking and bar-coding requirements. 6.0NOTES 6.1.Government & Commercial Document Sources 6.1.1.Coast Guard Documents a.USCG Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD. 21226-5000 (410) 762-6434 Fax: (410) 762-6226 Attn: Scott Wood www.uscg.mil/hq/elcbalt 6.1.2.Other Government Documents a.Department of Defense Single Stock Point (DODSSP) Building 4, Section D 700 Robins Avenue Philadelphia, PA 19111-5094 (215) 697-6396/6257 Fax: (215) 697-9398 www.assist.daps.dla.mil/quicksearch 6.1.3.Commercial Documents a.Steel Structures Painting Council (SSPC) 40 24th Street, 6th Floor Pittsburg, PA 15222-4656 (412) 281-2331 Fax: (412) 281-9992 www.sspc.org b.National Conference of Standards Laboratories (NCSL) 2995 Wilderness Place Suite 107 Boulder, CO 80301-5404 (303) 440-3339 Fax: (303) 440-3384 www.ncsli.org c.American Society of Quality Control (ASQC) 600 N. Plankinton Ave. Milwaukee, WI 53203 (800) 248-1946 Fax: 414-272-1734 www.asq.org Appendix A Mandatory Replacement Parts D0824LE301 Engine Part #Description qty 51.04410.0150Cam bearing3 51.00900.6577Gasket seal set1 51.01113.6042Main bearing4 51.01114.6091Thrust bearing1 51.02511.7104Piston kit with liner4 51.02410.6491Rod bearing4 51.90490.0038Connecting rod bolt16 R51.03101.6682Rebuilt cylinder head2 51.90020.0381Cylinder head bolts16 51.01804.0012Valve cover breather diaphragm1 51.97601.0233Diaphragm seat1 51.97601.0230Diaphragm spring1 51.98112.0203Cam thrust washer1 51.05410.0056Pressure relief valve1 51.97601.0226Relief spring1 51.05601.0124Oil cooler core1 D400-40-1Delo 40wt engine oil4 51.05501.7160Oil filter1 R51.06500.6476Rebuilt fresh water pump1 51.06402.0060Thermostat1 6410879Pressure cap1 R51.09100.7325Rebuilt turbo1 R51.10100.7377Rebuilt injector4 51.98701.0090Tip washer4 51.96501.0348Saddle washer4 R51.11103.7600Rebuilt injection pump1 51.12101.7136Lift pump assembly1 51.12503.0059Secondary fuel filter1 R51.26201.7142Rebuilt starter1 06.58073.1372Belt set1 51.93410.0110Idler bearing2 29600-1201Sea water pump1 5142599Innercooler gasket2 RE0870Air filter1 3001-600Blanket, exhaust manifold1 3001-601Blanket, turbo1 3001-808Hose, aireation1 6606hose clamp2 3001-804Hose, upper1 3001-805Hose, lower1 3001-806hose, block heater2 TPS051GT10-000Block heater1 6610hose clamp8 3001-509Fuel line1 3001-503Fuel line1 51.96330.0346Hose, turbo drain1 70-225-4Hose3 70-200-3Hose1 70-125-3Hose1 70-125-6Hose1 70-175-3Hose1 70-200-12Hose1 70-200-4Hose1 70-138-4Hose2 3001-326Elbow hose1 3001-323Breather hose1 3001-324Breather hose1 3001-328Breather drain hose1 76016hose clamp12 76020hose clamp14 76024hose clamp4 76028hose clamp4 76032hose clamp12 76036hose clamp12 150-0386Hose, clear (inches)32 8924968clamp1 X002350Indicator, restriction1 6829Drain valve1 MSP6721Speed sensor1 BR200Ball bearing rod ends1 3001-901Decal, firing order1 3001-902Decal, valve lash1 EL150K1Water Level Sensor1 TM4594Hourmeter (00-00-0865)1 3001-802R3Seawater Pipe1 3001-801R4Seawater Pipe1 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-29 (FEB 2009), 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 issued. The NAICS code for this solicitation is 333618 and the Small Business Size Standard is 1,000 persons. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only Performance Diesel Inc. (PDI), and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted on company letterhead stationary and must include the following Contract Line Items: (1) Loaded Labor Rate: $_____________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per ENGINE, GENERATOR SET: _______HRS x $________ (Labor Rate) = $______________ (This price shall be the price the Government shall be obligated to pay if any Pump is determined to be beyond economical repair). (3) Repair Cost Per ENGINE, GENERATOR SET: _______HRS x $________ (Labor Rate) = $_________________ (This price shall be used for evaluation purposes and will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: $____________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Repair Description.) (5) Mandatory Replacement Parts: $_______________ (Offeror shall list and price all replacement parts required for the standard overhaul for each unit as outlined in the attached Repair Description.) (6) Contingency Replacement Parts: $______________ (Offeror shall list and Price all replacement parts that maybe required outside the standard for each unit as outlined in the attached Repair Description. The Government anticipates a 10% chance that these contingency parts will be used in the overhaul.) (7) Replacement cost for new ENGINE, GENERATOR SET (if available): $_____________ (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: ________________ (Offeror shall indicate shipping terms should a Purchase Order result from the quote.) Delivery to: USCG Surface Forces Logistics Center Receiving Building 88 2401 Hawkins Point Rd. Baltimore MD, 21226-5000 NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant Purchase Order. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 calendar days from the date Government-Furnished Material is received at the Contractor’s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - 45 calendar days after receipt of Contracting Officer’s authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each Pump. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. TESTS/INSPECTION - Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. 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 technical, price and price-related factors: 1. a.) The total price of all line items shall be added to arrive at an evaluated total price. b.) Cost to ship GFP to contractors facility: (offerors to provide GFM ship to address) ____________________________________________ ____________________________________________ ____________________________________________ 2. Technical Capability. Offerors must be able to provide genuine Original Equipment Manufacturer (OEM) parts in a timely manner. Additionally, Qualified Technicians must be certified Technicians by the OEM. 3. Past Performance. a.) Past performance shall be evaluated on scope previous contracts completed during the past three years or currently in process for the same type of services that as are being solicited under this solicitation. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Offeror shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. 4. Delivery Schedule (if applicable). The following FAR Clauses 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. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or 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 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); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 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.). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _______________, at ________ p.m. Eastern Standard Time. 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. Interested 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, interested 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 best interest of the Government. The agency’s goal is to resolve protests 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-filing of the protest to meet the requirement. To be timely, protests must be filed 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/HSCG40-10-Q-1AK026/listing.html)
 
Record
SN02119454-W 20100414/100412234927-33bed4110de3a34bd6beed363b1ccbf1 (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.