Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

J -- VariousValves,CGCPolar Sea

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-10-Q-P45VL1
 
Archive Date
9/25/2010
 
Point of Contact
Brenda L. Lentz, Phone: 510-637-5941
 
E-Mail Address
brenda.l.lentz@uscg.mil
(brenda.l.lentz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is HSCG85-10-Q-P45VL1 and is issued as a Request for Quotes. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. This is a 100% small business set-aside procurement. The NAICS Code is 336611 (Ship Building and Repairing) and the Size Standard is 1000 Employees. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. 1. Scope of Work: Contractor shall provide the below listed parts. 2. Government Furnished Property: None 3. Period of Performance/ Consignee and Destination: CGC Polar Sea C/O Receiving Officer 14 S. Massachusetts, Bldg 7 Seattle, WA 98134-1192 U.S. Deliver by: 18 SEP 2010 FOB: Destination CHECK VALVE 1.5", SAE 61, 4-BOLT, 30 PSI CRACK PRESSURE, BODY: ICFS-B-6124-N, INSERT: ICS-C-24-N-30, INSERTA PRODUCTS INC. (2 EA) CHECK VALVE, DIN CARTRIDGE, DAMAN DIN CARTRIDGE VALVE BODY D50XB4OF61 (INTERNAL "X" PLUG REMOVED), REXROTH CARTRIDGE VALVE POPPET LC 50 A05E7X, REXROTH CARTRIDGE VALVE CONTROL COVER LFA50D-7X/F12, PORT CONNECTION SAE 40 (2 1/2") FLANGE REXROTH; DAMAN BODY BE CONFIGURED AS INTERNAL DRAIN CHECK VALVE. (12 EA) CHECK VALVE, 1 INCH, SAE 61, 4-BOLT, 7 PSI CRACK PRESSURE, DENISON C5V08-310-B1 (10 EA) RELIEF VALVE, DIN CARTRIDGE, DAMAN DIN CARTRIDGE VALVE BODY D32XA40F61 (INTERNAL "X" PLUG REMOVED AND INTERNAL "Y" UNPLUGGED), REXROTH CARTRIDGE VALVE POPPET LC32DDB20A7X, REXROTH CARTRIDGE VALVE CONTROL COVER LFA32DB2-7X/100, PORT CONNNECTION SAE 40 (2 1/2") FLANGE. REXROTH; DAMAN BODY BE CONFIGURED AS INTERNAL DRAIN RELIEF VALVE. (4 EA) PRESSURE RELIEF VALVE, 1 INCH, FLANGE, RF, HS, YS-175 PSI, FULFLO VSF-5-150-AR (2 EA) FLOW CONTROL VALVE, SUN HYDRAULICS NFFD-LIN-ZLS-S (2 EA) PRESSURE RELIEF VALVE, 3" 150# FLANGE (FULFLO), FULFLO ACD10F150AR/A106D (2 EA) PRESSURE RELIEF VALVE, 1", 150# FLANGE, RF, HS, XS-150 PSI, FULFLO VSF-5-150-AR (2 EA) PRESSURE RELIEF VALVE, 1", 150# FLANGE, RF, HS, WS-70 PSI, FULFLO VSF-5-150-AR (2 EA) EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement to demonstrate the offeror's capability to provide the required parts. Offerors shall provide the information shown below for at least three (3) and no more than five (5) contracts for the same or similar items. Provide as a minimum the following information for each contract. a. Contract number, Names of contracting parties or agency, point of contact, specifically the Contracting Officer and the Contracting Officer's Technical Representative (COTR), including email address and telephone number of these identified individuals. b.. Award price. Past Performance will look at relevant experience, responsiveness, customer satisfaction, and quality of products delivered. 4. Price: The total price will be the evaluated price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes must be written. Quotes must be received no later than 10 SEP, 11:00 A.M. Local California time. Quotes received after the date and time specified will not be considered. Quotes must be submitted as an attachment to an e-mail addressed to: Brenda.l.lentz@uscg.mil. For further information please call SK1 Brenda Lentz(510) 637-5941. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009)with Alternate 1. Offeror(s) must include a completed copy of Far 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Far 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2010); Far 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003; Far 52.212-5, Contract Terms & Conditions Required to implement Statutes or Executive Orders-Commerical Items (JUL 2010). The following clauses listed within FAR 52.212-5 are applicable. FAR 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632 (a)(2); FAR 52.223-3 Convict Labor (Jun 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010)(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 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(41 U.S.C. 10a-10d); 52.225-13, Restricions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) The following items are incorporated as addenda to CGAP 3042.302-90. Valuation Requirements for the Aquisition of Spare Parts Purchased for Inventory Control Points from HQ contracts (OCT 2008) Copies of CGAP clauses may be obtained electronically at: WWW.uscgmil/acquisition/procurement/pdf/CIM_4200_19H.pdf OMBUDSMAN NOTICE NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather 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 that a Coast Guard 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 coast Guard 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 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 at FAR 33.103(d)(2). 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 protests 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 forwarded to the address below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-10-Q-P45VL1/listing.html)
 
Place of Performance
Address: CGC Polar Sea, C/O Receiving Officer, 14 S. Massachusetts, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN02259686-W 20100901/100830234656-a6b2be49c9ed863d04872ce138ece0c0 (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.