Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

58 -- Repair of Transceiver's - JOTFOC

Notice Date
7/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication 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
2111401B4200DI023
 
Archive Date
8/13/2011
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other than Full and Open Competition The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following: (1) 5825-01-471-0269, Transceiver, VHF-FM, P/N DSC 500, Quantity: 47 each. NOTE: No substitute or after-market parts shall be authorized for the repair of these Assemblies. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility.) PRELIMINARY INSPECTION REQUIREMENTS: ITEM NAME: Transceiver, VHF-FM STOCK NO.: 5825-01-471-0269 PART NUMBER: DSC 500 USED ON: Various Platforms Items 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. PRELIMINARY INSPECTION REQUIREMENTS: Each Item 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. OVERHAUL REQUIREMENTS: Each Item shall be overhauled to a condition, which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with L-3 COMMUNCATIONS CORP. specifications and standards, which are proprietary to L-3 COMMUNICATIONS CORP. All repair parts shall be genuine L-3 COMMUNICATIONS CORP. parts. 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. WARRANTY: Each Item 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. 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. PRESERVATION/PACKAGING: Each Item 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. PACKING AND MARKING FOR SHIPMENT: Each Item shall be packed individually in the same container that it was received in prior to induction. Remove any old markings and if applicable the CUA stickers from the containers prior to applying the new markings. A copy of the test data record sheet (see 3.2.5.1) shall be included in the container. In the event of loss or damage to the original container, the Contractor must provide an equal replacement container. All interior packages and shipping containers shall be marked in accordance with MIL-STD-129. Sensitive electronic devices and other items susceptible to environmental field force damage (electrostatic fields, electromagnetic fields, or magnetic fields, or combinations of these fields) shall be protected in accordance with MIL-STD-2073-ID. Item#2 Each Item must be Preserved Packaging, Packing shall be constructed of Heavy Cardboard or Wood to protect items against corrosion or damage during multiple commercial shipments and long term warehouse storage. Each item shall be packed to prevent movement while inside the packaging. Characters shall be at least 1/2 inch high. Example of Marking layout: NATIONAL STOCK NUMBER: 5825-01-471-0269 ITEM NAME: TRANSCEIVER, VHF-FM PART NUMBER: DSC 500 SERIAL NUMBER: as applicable GOVERNMENT ORDER NUMBER: as applicable DATE OF REPAIR: as applicable And the words: "Coast Guard SFLC Material, Condition Code A". BAR CODING: Bar code labels shall be supplied on all boxes. All bar coded labels shall be in accordance with CG, SFLC specification D-000-100 Rev. G, Dated, 2/06. The actual labels shall be Type V, Style 2, composition b with plastic laminate. Each label shall contain encoded data for the Stock Number and the Contract Number. The marking required can be applied separately or as part of the bar code. The contractor shall provide a Certificate of Conformance for each Item; one copy shall be placed in each box with the Item and one copy shall be forwarded to the Coast Guard Contracting Officer. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-52 (May 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. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. 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 L-3 Communication Corporation, and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted on company letterhead stationary and must include the following Contract Line Items: (1) Loaded Labor Rate: (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per Item: HRS x (Labor Rate) = (This price shall be the price the Government shall be obligated to pay if any Pump is determined to be beyond economical repair). (3) Repair Cost Per Item: HRS x (Labor Rate) = (This price shall be used for evaluation purposes and will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Repair Description.) (5) Mandatory Replacement Parts: (Offeror shall list and price all replacement parts required for the standard overhaul for each unit as outlined in the attached Repair Description.) (6) Contingency Replacement Parts: (Offeror shall list and Price all replacement parts that maybe required outside the standard for each unit as outlined in the attached Repair Description. The Government anticipates a 10% chance that these contingency parts will be used in the overhaul.) (7) Replacement cost for new Item (if available): (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 shall be requested upon award and shall be incorporated in the resultant Purchase Order. 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 TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each Item. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. TESTS/INSPECTION - Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. 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: 1. 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. 2. Past Performance. a.) Past performance shall be evaluated on scope previous contracts completed during the past three years or currently in process for the same 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. 3. Delivery Schedule (if applicable). 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 (May 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.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2011); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Jun 2007)(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 (Feb 2008)(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 52.222-50, Combating Trafficking in Persons (Aug 2007); 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); 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.). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 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 __July 29, 2011__, at _12:00_ 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/2111401B4200DI023/listing.html)
 
Record
SN02493221-W 20110710/110708234635-74c172914b6aa041426d131cfa92d653 (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.