Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

28 -- Crankshaft

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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-10147
 
Archive Date
3/29/2011
 
Point of Contact
Dana D. Solomon, Phone: 4107626053, CWO Petersen, Phone: 410-762-6516
 
E-Mail Address
dana.d.solomon@uscg.mil, Bryan.D.Petersen@uscg.mil
(dana.d.solomon@uscg.mil, Bryan.D.Petersen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial repair prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-48 (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 333618 and the Small Business Size Standard is 1000. It is anticipated that a competitive purchase order shall be awarded to any qualified facility that can repair this item prescribed herein as a result of this synopsis/solicitation. *NOTE substitute parts are not acceptable. ALL PARTS MUST BE ORIGINAL, NEW, OEM PARTS. Only Caterpillar Inc, Defense and Federal Products Div parts can be used as replacement parts for this/these repairs The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following: (1) 2815-01-461-9088, Crankshaft, Engine; P/N: 1286788, Secondary P/N: 7E3916; Quantity: 1 each. (NOTE: No substitute or after-market parts shall be authorized for the repair of this Engine. Only actual OEM parts shall be acceptable. All work is required to be performed by a qualified repair Facility.) Offers may be submitted on company letterhead stationery and must include the following Contract Line Items: (1) Loaded Labor Rate: tiny_mce_marker____________ x (Number of hours Required) =_________________________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per Engine: tiny_mce_marker_____________ (This price shall be the price the Government shall be obligated to pay if the Engine is determined to be beyond economical repair). (3) Repair Cost Per Engine: _______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. The Government anticipates a 10% chance that these contingency parts will be used in the overhaul.) (7) Replacement cost for a new Crankshaft (if available): tiny_mce_marker____________ (This price will be used by the government to determine if the unit is beyond economical repair) (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. OVERHAUL REQUIREMENTS: See attached document labeled Overhaul Description. B. PRELIMINARY INSPECTION REQUIREMENTS: ITEM NAME: CRANKSHAFT, ENGINE STOCK NO.: 2815-01-461-9088 PART NUMBER: USED ON: 110' WPB "C" CLASS VESSELS MAIN ENGINE. Assemblies as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Engine shall be inspected in order to determine the extent of required overhaul. An inspection report shall be provided to the Coast Guard Contract Administrator, which shall include national stock numbers, serial numbers, part numbers, new parts required, with prices, labor rate, labor hours required and a total estimate for all required services. The serial number for each Engine shall be included in the Inspection report (if it exists). (See attached Overhaul Description) C. 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 Repair (when authorized) - 45 calendar days after receipt of Contracting Officer's authorization to proceed 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. (See attached Overhaul Description) E. WARRANTY: Each Engine is being overhauled as a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to the Coast Guard. (See attached Overhaul Description) F. 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. (See attached Overhaul Description) G. PRESERVATION/PACKAGING: Each Engine shall be preserved and packaged for protection against deterioration for a period of up to two years. All previously painted surfaces shall be re-painted in accordance with manufacturer's standards and colors, in order to provide a new appearance. (See attached Overhaul Description) H. PACKING AND MARKING FOR SHIPMENT: The overhauled Engine shall be packed individually in a wooden crate, which shall be capable of providing adequate protection during storage and multiple shipments. Each box shall be marked in stenciled black print on a highly contrasting painted white background, with the following information: (See attached Overhaul Description for a detailed description of the Packing and Marking requirements.) Example of Marking layout: NATIONAL STOCK NUMBER: 2815-01-461-9088 ITEM NAME: CRANKSHAFT, ENGINE PART NUMBER: SERIAL NUMBER: as applicable GOVERNMENT ORDER NUMBER: as applicable DATE OF REPAIR: as applicable And the words: "Coast Guard ELC Material, Condition Code A". I. 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. Pricing. The total price of all line items shall be added to arrive at an evaluated total price. 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. 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 (Jan 2011) 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.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 110-252), 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 (July 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 (Oct 2010)(29 U.S.C. 793); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513).FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electric Funds Transfer (Oct 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052.245-70, Government Property Reports (Aug 2008). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. 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 March 1st 2011, at 2 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/HSCG40-11-Q-10147/listing.html)
 
Record
SN02387926-W 20110227/110225234402-6400cf24691585bf18cd3cb0d84a973f (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.