Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

40 -- Welin Lambie Wire Ropes - Attachment I

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product 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
HSCG40-11-Q-20161
 
Archive Date
2/28/2011
 
Point of Contact
Ashley A Fetherman, Phone: 410-762-6416
 
E-Mail Address
ashley.a.fetherman@uscg.mil
(ashley.a.fetherman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment I The USCG Surface Forces Logistics Center, WMEC Product Line, has a requirement for the manufacturing, lubricating, testing and individual preservation, packaging, and marking of the following items. Offers may be submitted on company letterhead stationary and must include the following information: (1) NSN 4010 99-665-8380, Rope, Wire; P/N 800-02034; Quantity 60 EA. Descriptive data: WIRE ROPE CONSTRUCTION: DIAMETER: 12 MM, HIGH DENSITY ROTATION RESISTANT; 24 BY7 CONSTRUCTION; RIGHT HAND LANG LAY; GALVANIZED STEEL; BREAKING LOAD -124.5 KN MINIMUM; FACTOR OF SAFETY-6:1 MINIMUM. EACH WIRE ROPE ASSEMBLY SHALL BE FITTED WITH AN ORDINARY THIMBLE (BRITISH STANDARD 464) SECURED BY FERRULE (BRITISH STANDARD 5281). OPPOSITE END TO BE PLAIN, TAPERED AND FUSED. OVERALL LENGTH TO BE 60.000 METERS (+/- 50 MM) FOR NSN 4010 99-665-8380. EACH WIRE ROPE ASSEMBLY SHALL BE MECHANICALLY PRESSURE LUBRICATED WITH SHELL ROV GREASE FOR SALTWATER USE AND LEAD FREE OR EQUIVALENT. PULL TEST: EACH WIRE ROPE ASSEMBLY SHALL BE PULL TESTED TO 9,330 LBS AND CERTIFIED (ONE CERTIFICATE SHALL BE PACKAGED WITH EACH WIRE ROPE ASSEMBLY). END USE: MAIN FALLS WIRE ROPE (AFT), WELIN LAMBIE DUEL POINT DAVIT MODEL TW.PIV 5.0B., USED ON 378', 270' & 210' VESSELS. (2) NSN 4010 99-251-6631, Rope, Wire; P/N 800-02033; Quantity 60 EA. Descriptive Data: WIRE ROPE CONSTRUCTION: DIAMETER: 12 MM, HIGH DENSITY ROTATION RESISTANT; 24 BY 7 CONSTRUCTION; RIGHT HAND LANG LAY; GALVANIZED STEEL; BREAKING LOAD -124.5 KN MINIMUM; FACTOR OF SAFETY-6:1 MINIMUM. EACH WIRE ROPE ASSEMBLY SHALL BE FITTED WITH AN ORDINARY THIMBLE (BRITISH STANDARD 464) SECURED BY FERRULE (BRITISH STANDARD 5281). OPPOSITE END TO BE PLAIN, TAPERED AND FUSED. OVERALL LENGTH TO BE 65.070 METERS (+/- 50 MM). EACH WIRE ROPE ASSEMBLY SHALL BE MECHANICALLY PRESSURE LUBRICATED WITH SHELL ROV GREASE FOR SALTWATER USE AND LEAD FREE OR EQUIVALENT. A PULL TEST: EACH WIRE ROPE ASSEMBLY SHALL BE PULL TESTED TO 9,330 LBS AND CERTIFIED (ONE CERTIFICATE SHALL BE PACKAGED WITH EACH WIRE ROPE ASSEMBLY). END USE: MAIN FALLS WIRE ROPE (FWD), WELIN LAMBIE DUEL POINT DAVIT MODEL TW.PIV 5.0B., USED ON 378, 270 & 210 FT. VESSELS. Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Shipping costs shall be included in the unit price of the item(s). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-49 (Jan 2011), 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 334511 and the Small Business Size Standard is 750 employees. This synopsis/solicitation is issued pursuant to FAR 6.302-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. It is the Government's belief that only Welin Lambie, and/or its authorized distributors possess the necessary technical and engineering data to successfully manufacture these item(s). The proprietary information was not obtained at the time the original equipment was purchased. I. PRICING/DELIVERY A. Rope, Wire, NSN 4010 99-665-8380: Unit Price: $______________ QTY. 20 Each Total Price: $_____________ Delivery required by: 30 Calendar days from award; Requested on an FOB Destination basis, with shipping included in the unit price Offeror's Proposed Delivery: _______ calendar days from award Unit Price: $______________ QTY. 40 Each Total Price: $_____________ Delivery required by: 90 Calendar days from award; Requested on an FOB Destination basis, with shipping included in the unit price Offeror's Proposed Delivery: ________ calendar days from award B. Rope, Wire, NSN 4010 99-251-6631: Unit Price: $______________ QTY. 20 Each Total Price: $_____________ Delivery required by: 30 Calendar days from award; Requested on an FOB Destination basis, with shipping included in the unit price Offeror's Proposed Delivery: _________ calendar days from award Unit Price: $______________ QTY. 40 Each Total Price: $_____________ Delivery required by: 90 Calendar days from award; Requested on an FOB Destination basis, with shipping included in the unit price Offeror's Proposed Delivery: _________ calendar days from award II. PRESERVATION, PACAKGING, AND MARKING: Individual preservation, packing, and marking shall be in accordance with specification SP-PP&M-001 Rev D, dated 10/01/2000 (Attached); Bar coding is waived III. DELIVER TO: USCG Surface Forces Logistics Center, Bldg. 88 Receiving Room, Baltimore MD 21226-5000, in accordance with the above schedule. IV. 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 priced, technically acceptable offer, using the following factors: i. Total Price ii. Technical Capability, including the ability to provide genuine OEM parts iii. Past Performance V. CLAUSES AND PROVISIONS 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 (Jan 2011) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote if not registered electronically at https://orca.bpn.gov. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same or similar items as solicited under this notice. 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 past performance information for any major subcontractor and all submissions 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 (Jun 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) w/ Alternate I (Oct 1995); FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011); 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 52.225-13, 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). VI. 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. 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/HSCG40-11-Q-20161/listing.html)
 
Record
SN02375333-W 20110210/110209060154-045dfedd0d19c9a264733b4ad163750d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.