Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

20 -- Self-Propelled Hydraulic Boat Trailer - Specifications - Pricing Scenario - Clauses

Notice Date
6/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-10-R-MOT008
 
Point of Contact
Diran Arslanian, Phone: 2024753237
 
E-Mail Address
diran.arslanian@uscg.mil
(diran.arslanian@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Clauses Pricing Worksheet Specifications (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written synopsis will not be issued. (2) The solicitation number is HSCG23-10-R-MOT008 and it is being issued as a Request for Proposals (RFP). (3) The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (4) The North American Industrial Classification System (NAICS) for this procurement is 336612 (size standard: 500 or fewer employees) and is solicited as a 100% small business set-aside. (5) Offerors shall provide prices for the Contract Line Item Numbers (CLIN), and quantities as listed in Attachment 3, "Pricing Scenario". (6) The Government has a requirement to purchase an estimated quantity of one (1) Self-propelled Boat Trailer for the U.S. Coast Guard (USCG) Special Purpose Craft - Training Boat (SPC-TB). This trailer supports the USCG's Boatswain's Mate "A" School (BM "A" School) at Training Center (TRACEN) Yorktown in Yorktown, VA. Attachment 1, "Specification", contains the required specifications for this requirement. As a result of this solicitation, it is anticipated that a single Firm-Fixed Price contract will be awarded in accordance with FAR 12.6. It is anticipated that one self-propelled trailer will be procured under the contract. The trailer is expected to be a Commercial-Off-The-Shelf (COTS) product with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). Any minor modifications to the successful COTS trailer may be carried out after contract award. (7) REQUIRED DELIVERY SCHEDULE: The trailer is required to be delivered within 180 days of the contract award date. The delivery location for the trailer (CLIN 00001) ordered is: U.S. Coast Guard Training Center Boat Forces and Cutter Operations (BFCO) Branch Wormley Creek Yorktown, VA 23690-5000 The delivery location for supporting documentation (including operations & maintenance manual, technical publications & manuals, and drawings) (CLIN 00002) is: COMMANDANT (CG-731) Attn: Training Boat Project Officer US Coast Guard 2100 Second St., SW Stop 7356 Washington, DC 20593-7356 Proposal prices shall be F.O.B. Destination (8) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (9) The provision at 52.212-2, Evaluation - Commercial Items does not apply to this acquisition. The basis for award will be the responsible vendor deemed technically acceptable IAW Attachment 1 "Specifications", with the lowest price determined to be fair and reasonable. It is solely within the Government's discretion to determine whether the vendor items proposed meet the required characteristics. The Government intends to evaluate proposals and award a single contract without discussions. Therefore, each initial offer shall contain the best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (10) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offers; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. (11) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (12) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Offerors will refer to clause 52.212-5 listed in Attachment 2 for the additional clauses applicable to this contract. (13) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices follow: A. Offeror's shall provide, in their proposal, statements to describe how the proposed trailer will meet/comply with each of the requirements identified in the Specification. B. WARRANTY TERMS AND CONDITIONS: The Contractor shall provide Warranty on the trailer ordered in accordance with the terms and conditions of their standard commercial warranty offerings in addition to Section 3.7 "Warranty" of the Specification. C. INSTRUCTION FOR PROPOSAL CONTENT: Offeror's proposals shall be in two separate sections. Section I shall contain trailer technical acceptability documentation. Section II shall contain Price information only. Volume I shall address the specifications (Attachment 1) SEQUENTIALLY and shall demonstrate that the trailer meets the specifications; for example: Government's Requirement: 3.6.1 The components of the trailer that would normally be under water during launch and recover operations shall be completely sealed. Contractor's Response: "The Offeror shall..." If responses are located in accompanying product literature, Offerors must cross-reference the page and paragraph number. Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of Offeror's acceptability. If an Offeror fails to sequentially address all specifications, simply restates the requirements, or fails to comply with any of the RFP instructions, its proposal may be found technically unacceptable. Offerors shall include its detailed commercial warranty terms and process in Volume I. Volume II: The Contractor shall submit proposals on a Firm-fixed Price basis. Volume II shall contain (a) a completed Attachment 3, "Pricing Scenario", and (b) the Offerors Representations and Certifications required by the provision at 52.212-3 IF they are not listed at the ORCA database. D. PROPOSAL PAGE LIMIT: The page limit for Volume I is ten pages total, and five pages for Volume II. Both volumes shall be on 8x11 sheets, with a minimum font size of 10 points. Brochures and product literature are included in the page limit. Cover letter, Representations & Certifications (52.212.3), drawings, schematics and photographs are not included in the page limit. a. For Volume I, submit One Original and Five Copies b. For Volume II, submit One Original and Two Copies. E. Contractors doing business with the Government are required to register in the Central Contractor Registration (CCR) database before they can be awarded a contract. A template containing the information for registration can be found at: http://www.ccr.gov F. The following attachments are included and are hereby incorporated into this solicitation: (1) SPC-TB Self-Propelled Boat Trailer Specification; (2) Additional Applicable FAR and HSAR provisions and clauses; (3) Price Scenario Worksheet. (14) The Defense Priorities and Allocations System (DPAS) does NOT apply to this acquisition. (15) PROPOSAL SUBMISSION: Proposals shall be submitted on or before 12:00 noon EDT on 06/25/2010. *Due to the stringent security procedures taken on all commercially delivered mail, Offerors are encouraged to hand deliver their proposals to the address below: Commandant (CG-9122) ATTN: Diran Arslanian United States Coast Guard 1900 Half Street, S.W., Washington, DC 20593-7112 Phone: (202) 475-3237 RFP: HSCG23-10-R-MOT008. *NOTE: The U.S. Coast Guard Headquarters building on 1900 Half Street, Washington, DC, is a controlled access building. Prior arrangements for access must be made by contacting the Contract Specialist, Mr. Diran Arslanian at least one business day prior to the date required for access. Expect some delays clearing building security and plan accordingly. It is the Offeror's responsibility to ensure that proposals are delivered by the due date and time required. The required number of copies of the proposal must be received by the Contract Specialist no later than (NLT) 12:00 Noon EDT on the required submission date. An Offeror that fails to meet any due date will be considered "late" in accordance with FAR 52.212-1(f). Solicitation Questions: Questions must be submitted NLT 12:00 Noon EDT on 06/14/2010 via email at Diran.Arslanian@uscg.mil. All answers to questions will be posted. Questions received after the above cutoff date and time may not be answered. All Amendments to the solicitation will be posted via http://www.fedbizopps.gov. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the 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 Government 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: Commandant (CG-9131), ATTN: Ombudsman Program for Agency Protests, United States Coast Guard, 2100 2nd St SW STOP 7112, Washington, DC 20593-7112; 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/GACS/HSCG23-10-R-MOT008/listing.html)
 
Record
SN02174598-W 20100612/100610235521-93c953f12e3fe4245a0c10fd77c36f4f (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.