Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

29 -- Open, Inspect and Report overhaul for Pump, Fuel, Metering and Distribution

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-1AK073
 
Archive Date
7/21/2010
 
Point of Contact
Walter A. Mack, Phone: 4106726162, Brandie B Dunnigan, Phone: 410/762-6446
 
E-Mail Address
walter.a.mack@uscg.mil, brandie.r.dunnigan@uscg.mil
(walter.a.mack@uscg.mil, brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-41 (MAY 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 issued. The NAICS code for this solicitation is _237120_ and the Small Business Size Standard is _500_. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.203-1. 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 MAN Nutzfahrzeuge AG, and/or their authorized overhaul facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully overhaul these items. Concerns having the expertise and required capabilities to overhaul these items are invited to submit complete information discussing the same within 10 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 overhaul facility and verifying the OEM will supply only genuine OEM parts. The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Overhaul the following: (1) 2910-12-346-9715, Pump, Fuel, Metering and Distribution, P/N 51.11103-7600C, quantity: 5 each. (NOTE: No substitute or after-market parts shall be authorized for the overhaul of these Pumps. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Overhaul Facility.) Offers may be submitted on company letterhead stationery and must include the following Contract Line Items: (1) Loaded Labor Rate: tiny_mce_marker____________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per Pump: tiny_mce_marker_____________ (This price shall be the price the Government shall be obligated to pay if any Pump is determined to be beyond economical overhaul). (3) Overhaul Cost Per Pump: _______HRS x tiny_mce_marker_______ (Labor Rate) = tiny_mce_marker________________ (This price shall be used for evaluation purposes and will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: tiny_mce_marker___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Overhaul Description.) (5) Mandatory Replacement Parts: tiny_mce_marker______________ (Offeror shall list and price all replacement parts required for the standard overhaul for each unit as outlined in the attached Overhaul Description.) (6) Contingency Replacement Parts: tiny_mce_marker_____________ (Offeror shall list and Price all replacement parts that maybe required outside the standard for each unit as outlined in the attached Overhaul Description. The Government anticipates a 10% chance that these contingency parts will be used in the overhaul.) (7) Replacement cost for new Pumps (if available): tiny_mce_marker____________ (This price will be used by the government to determine if the unit is beyond economical overhaul) (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 is incorporated in this solicitation and shall be incorporated in the resultant Purchase Order. A. PACKING AND MARKING FOR SHIPMENT: At a minimum, the shipping container shall consist of a box constructed of 3/8 inch plywood, totally enclosed, with internal or external bracing. Wooden blocking shall be incorporated to prevent the pump from movement during multiple shipments. The pump shall have a minimum of 1 1/2 inch cushioning material completely surrounding it prior to placing it in the wooden shipping container. All previous markings shall be completely removed from the reusable shipping container prior to the application of any new markings. New markings shall be in black print lettering at least ½" high on a highly contrasting PAINTED white background as follows: National Stock Number: 2910-12-346-9715 Part Number: 51.11103-7600C Serial Number: Contractor Provided Contract Number: See Contract Condition Code: A QTY/Unit 1 EA Phrase: U.S. Coast Guard SFLC Material B. 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 Overhaul (when authorized) - 45 calendar days after receipt of Contracting Officer's authorization to proceed C. OVERHAUL REQUIREMENTS: The PUMP, FUEL, METERING AND DISTRIBUTING shall be overhauled to a condition which shall restore the operating, performance and coating characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with MAN Nutzfahrzeuge AG specifications and standards, which are proprietary to MAN DIESEL ENGINE. All repair parts shall be genuine MAN DIESEL ENGINE manufactured parts. After completion of all repairs, the Contractor shall pre-calibrate PUMP, FUEL, METERING AND DISTRIBUTING for Coast Guard use, perform standard production tests and inspections to assure maximum design and performance. "A final inspection/assembly report and Certificate of Conformance (COC) shall be submitted to the Contracting Officer for approval prior to packaging and packing of PUMP, FUEL, METERING AND DISTRIBUTING". This report shall have all OEM design minimum and maximum design dimensions, clearances, pressures and flow rates of all attributes along with actual dimensions, clearances, pressures and flow rates documented. The COC shall state that PUMP, FUEL, METERING AND DISTRIBUTING successfully conforms to manufacturer's standard production tests and inspections. A clear copy of each final inspection/assembly report with COC shall be placed in the shipping box of each unit. D. QUALITY ASSURANCE: Following completion of overhaul, the contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer. E. PRESERVATION/PACKAGING: Each overhauled PUMP, FUEL, METERING AND DISTRIBUTING shall be packaged in a protective envelope using water-vapor-proof, greaseproof, flexible, heat sealable barrier paper in accordance with MIL-PRF-131, Class 3. All open ports shall be sealed using waterproof caps or covers to prevent the intrusion of moisture and other contaminants. The Contractor shall place four to five ounces of desiccant packs conforming to MIL-D-3464, Type 1 inside the envelope to absorb moisture during storage. F. PRELIMINARY INSPECTION REQUIREMENTS: ITEM NAME: PUMP, FUEL, METERING AND DISTRIBUTION STOCK NO.: 2910-12-346-9715 PART NUMBER: 51.11103-7600C The PUMP, FUEL, METERING AND DISTRIBUTING shall be cleaned, disassembled and inspected in order to determine the extent of required overhauls. A Condition Report and Cost Proposal shall be provided to the Coast Guard Contracting Officer and shall include: New parts required with prices, required overhauls, labor rate, labor hours required, and a total estimate for all required services including overhauls or replacement of shipping container if necessary. No further work shall be completed until overhauls are approved in writing by the Contracting Officer. The "Serial Number" of each / the PUMP, FUEL, METERING AND DISTRIBUTING shall be documented on the Condition Report. If not assigned, the Contractor shall assign a serial number. The serial number shall be stamped into the external surface of the mounting flange of each pump. G. TEST AND INSPECTION REPORTS: In addition to the requirements identified in the Overhaul 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 overhauled Items. H. 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 contractors conformance to preservation/packaging, packing and marking requirements. I. WARRANTY: Each PUMP overhauled shall come with standard manufacturer's warranty for parts and labor. J. EVALUATION: Award may 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. Past performance shall be evaluated on previous contracts completed during the past three years or currently in process for the same or similar 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, 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 3052.245-70, Government Property Reports (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Jul 2009) (a) Definition. "Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). (b) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (c) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (End of provision) FAR 52.246-1 Contractor Inspection Requirements (Apr 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) 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 _July 6, 2010_, at _12:00_ 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-1AK073/listing.html)
 
Record
SN02185873-W 20100625/100623234953-f64e84590851dc0b67a719ece1141cae (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.