Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

J -- Inspect/Repair Monitors for 73' Radar System - Attachment 2 - ATTACHMENT 1

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-29195
 
Archive Date
11/30/2010
 
Point of Contact
Ashley A Fetherman, Phone: 410-762-6416, Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
ashley.a.fetherman@uscg.mil, Scott.A.Wood@uscg.mil
(ashley.a.fetherman@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Overhaul Specification Attachment 2 - Packaging, marking, and bar coding The U.S. Coast Guard Surface Forces Logistics Center, WMEC Product Line, has a requirement to Open, Disassemble, and Inspect, and provide an Inspection Report for the following: NSN 5820-01-475-8535 MONITOR, COORDINATED DATA Part number: 1720554 OEM: Sterling Design Quantity: 19 EACH All repairs are contingent upon receipt and review of an inspection report. All repairs shall be conducted in accordance with Attachments 1 and 2, and the additional instructions contained herein. Monitors must be packaged securely in wooden crates. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-44 (Aug 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 811219 and the Small Business Size Standard is $7 million. It is the Government's belief that only Sterling Design and its authorized repair facilities can obtain the technical/engineering data and genuine OEM parts to repair these items in accordance with OEM specifications and standards. Interested parties having the expertise and required capabilities to repair these monitors using genuine OEM parts are invited to 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 and FAR 6.302-1. It is anticipated that a sole-source, fixed price purchase order will be issued as a result of this solicitation. Offers shall be submitted via email to Ashley.A.Fetherman@uscg.mil and must include the following information: I. PRICING Monitors, Coordinated Data - Quantity: 19 each (a) Inspection Charge Per Item: $___________ (This price shall be the price the Government shall be obligated to pay if the pump is determined to be beyond economical repair) (b) Preservation, packaging, and marking (and/or palletizing): $__________ each (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking if an item is determinate to be beyond economical repair, and as outlined in Attachment 2). (c) Labor Rate for Inspections and Repairs: $__________ (d) FOB Origin or FOB Destination. (FOB Origin quotations must include estimated shipping cost): ___________________ (e) Location of repair facility for QA Inspection: _______________________________________________________________________ NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. II. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 15 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 Repaired Items (when authorized) - 45 calendar days after receipt of Contracting Officer's authorization to proceed III. TEST AND INSPECTION REPORTS shall be submitted in accordance with Attachment 1 IV. INSPECTION AND ACCEPTANCE Government 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 contractor's conformance to preservation, packaging, and marking requirements. 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/contractor must be an authorized OEM repair facility) (b) Estimated Price, including shipping (c) Cost of Quality Assurance travel to contractor's plant (d) Past performance 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 (Aug 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); 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.). 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-29195/listing.html)
 
Record
SN02271309-W 20100909/100908063705-7b8f37fd2b9084ca78ef0b23976c266d (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.