Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

J -- Repair of Balmar Alternators - OVERHAUL DESCRIPTION

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
HSCG40-11-Q-50064
 
Archive Date
3/30/2011
 
Point of Contact
Kelly A. Wyatt, Phone: 410-762-6472
 
E-Mail Address
Kelly.A.Wyatt@uscg.mil
(Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Overhaul Description The USCG Surface Forces Logistics Center, Small Boat Product Line, has a requirement to open, inspect, and submit an Inspection Report for approval for 59 each Balmar Alternators, Stock Number 6115-01-491-5109, Part Number 9824-220-BL-A. Services shall be performed in accordance with the Overhaul Description. The solicitation number for this requirement is HSCG40-11-Q-50064. Contractor shall submit an Inspection Report, for approval, no later than 14 calendar days after receipt of the Alternators. If approved, repairs shall be accomplished no later than 45 calendar days after written notice to proceed is received from the Contracting Officer. Offeror's must submit the following information: 1. INSPECTION CHARGE: 59 each @ ____________ = ___________ The price charged for inspection shall be the price the Government shall be obligated to pay for inspection only. This price shall be the price the Government shall pay should any Alternator be determined to be beyond economical repair. Contractor shall be required to submit an Inspection Report for approval that clearly identifies all labor and parts required to repair these Alternators to like-new condition. Information shall include, item name, part number, quantity, unit and total price. 2. REPAIR SERVICES: Contractor shall provide all labor and materials required to repair these Alternators to like-new condition if and when approved by the Contracting Officer. EST. NUMBER OF HOURS = _________ PER ALTERNATOR LOADED LABOR RATE: $__________ The price for replacement parts shall be negotiated when the Inspection report is submitted for approval by the Contracting Officer. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6 supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This acquisition is being solicited on an unrestricted basis. The NAICS code for this solicitation is 811310 and the Small Business Size Standard is $7.0 million. This synopsis/solicitation is issued pursuant to FAR 6.302-1. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Balmar, the OEM, or their authorized repair facilities, have the capabilities of repairing these Alternators. All applicable technical and engineering data and drawings are proprietary to Balmar and are not available from the Government. Interested sources that respond to this Notice must fully demonstrate their capabiltiites to repair these Alternators to OEM specifications utilizing only genuine OEM parts. Sources that respond to this Notice must submit certification that they are an authorized repair facility for the OEM in the form of a letter from the OEM. 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 on a best value basis utilizing the following technical, price and price-related factors: (a) Technical/Past performance (b) Price, including shipping charges TECHNICAL: In order to be determined technically acceptable Offerors must submit references for 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, and commercial customers. References other than those provided by the Offeror may be contacted by the Government, including Government databases, 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. Failure to provide this information with your quotation shall render your quotation unacceptable and your quotation shall be rejected. PRICE: Offerors must submit pricing as requested in this Notice. Failure to provide the required pricing shall render the quotation unacceptable and the quotation shall be eliminated from further consideration. The cost of shipping the Alternators to the Offeror's facility shall be used in the evaluation of quotations. Offeror's are required to provide the complete address for the place the performance with their quotation. Failure to provide this information may render the quotation unacceptable and the quotation may be rejected. Technical/past performance is significantly more important than price. 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. 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 (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program representation (Jan 2011)(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 (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 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); FAR 52.223-18, Contractor Policy to Ban Test 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, 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); FAR 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. Seq); FAR 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.) 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 April 8, 2010 at 2:00 p.m. EDST. 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-50064/listing.html)
 
Record
SN02389056-W 20110302/110228234217-e97c28bc954bd0462d659a2b5875969d (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.