Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

99 -- 270' Lube Oil Spinner O-Rings and Parts

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
325212 — Synthetic Rubber Manufacturing
 
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-20183
 
Archive Date
10/4/2010
 
Point of Contact
Ashley A Fetherman, Phone: 410-762-6416, Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
ashley.a.fetherman@uscg.mil, Robert.R.Orofino@uscg.mil
(ashley.a.fetherman@uscg.mil, Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 00001: This Amendment is issued to include the requirement that all O-Rings, see Descriptions in Section I below, must contain a minimum of 75% shelf life when received at Destination (Baltimore, MD). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-42 (JUN 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 325212 and the Small Business Size Standard is 1,000 employees. It is the Government's belief that only T.F. Hudgins possesses the technical capabilities to manufacture these items in accordance with OEM specifications, drawings, and technical standards. These items must be of the correct form, fit, and function in order to mount, connect, and interface with the current 270' Lube Oil Spinners. As a result, no substitute part numbers shall be accepted. Concerned parties having the capabilities to manufacture these items in accordance with OEM specifications and standards shall submit information discussing the same within five (5) calendar days of the date this notice is posted. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The USCG Surface Forces Logistics Center, WMEC Product Line, has a requirement to procure the following items. Offers may be submitted on company letterhead stationary and must include the following information: I. PRICING Pricing is requested on an F.O.B Destination basis. Shipping costs shall be included in the unit price of the item. If quoting F.O.B. Origin, please include an estimated shipping price on Item 11. If shipping is estimated to be greater than $250.00, a Government Bill of Lading is required - see Attachment 1 for instructions. Additionally, pricing should include the cost of packaging, marking, and bar coding the items by Contract Line Item Number (CLIN). The resultant award will include 140 CLIN's. 1) NSN 6680-01-463-5203 Description: Parts Kit, Float Type Liquid GG; Used on lube oil spinner P/N 71567 Part Number: 71609 Unit Price: ______________ Qty. 30 each Total Price: _____________ 2) NSN 5331 01-352-7483 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 70971 Unit Price: ______________ Qty. 78 each Total Price: _____________ 3) NSN 5331 01-352-1080 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 70916 Unit Price: ______________ Qty. 90 each Total Price: _____________ 4) NSN 5331 00-451-9005 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 2-236 N674-70 Unit Price: ______________ Qty. 30 each Total Price: _____________ 5) NSN 5331 01-563-7783 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 72984 Unit Price: ______________ Qty. 90 each Total Price: _____________ 6) NSN 4330 01-555-6065 Description: Filter Element, Fluid Part Number: 73358 Unit Price: ______________ Qty. 15 PG Total Price: _____________ 7) NSN 5331 01-585-4129 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 72986 Unit Price: ______________ Qty. 90 each Total Price: _____________ 8) NSN 5310 01-463-5163 Description: Washer, Seal - Seal, Idle Cutout Valve Part Number: 71523 Unit Price: ______________ Qty. 80 each Total Price: _____________ 9) NSN 5331 01-352-7484 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 70887 Unit Price: ______________ Qty. 90 each Total Price: ___________ 10) NSN 5331 01-585-4033 Description: O-Ring used on 270' Lube Oil Spinner; Must have min. of 75% remaining shelf life at receipt Part Number: 2-511-012-867 Unit Price: ______________ Qty. 90 each Total Price: ___________ 11) FOB Origin shipping to: U.S. Coast Guard, SFLC, 707 E. Ordnance Road, Attn: Mike Hamburg, Baltimore, MD 21226-5000: _____________ II. DELIVERY SCHEDULE - The delivery schedule shall be as follows: Delivery shall be made to USCG Surface Forces Logistics Center, 707 E. Ordnance Road, Attn: Mike Hamburg, Baltimore MD 21226-5000. Deliver by: 9/30/10. Please provide a proposed delivery date with your offer if you are unable to meet the required date: _____________. III. PRESERVATION, PACKAGING, and MARKING - Vendor to package, mark, and bar code all items in accordance with Attachment 1, with the following exception: Exception: All items shall be packaged, marked, and bar coded by Contract Line Item Number (CLIN) rather than individually. Each CLIN shall designate a Coast Guard Cutter Name (to be provided at award), and the external packaging shall be marked for the designated cutter as it appears on the Purchase Order. The resulting order will contain 140 CLIN's. IV. INSPECTION AND ACCEPTANCE - Shall be at destination; See Attachment I V. 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 for the lowest price technically acceptable, utilizing the following technical, price and price-related factors: (a) Technical capability (including the ability to provide genuine OEM parts) (b) Estimated Price, including shipping (c) Past performance Note: Any offerors found technically unacceptable will not be considered for award. VI. FAR PROVISIONS AND CLAUSES 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. 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 (JUN 2010). 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 52.225-1, 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) VII. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) 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. 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-20183/listing.html)
 
Record
SN02198868-W 20100709/100707235454-cb3a9bb30559c7c69e39b1043452855f (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.