Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

20 -- WOODWARD GOVERNOR DIGITAL MARINE CONTROL - Solicitation HSCG40-11-Q-61674

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336399 — All Other Motor Vehicle Parts 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-61674
 
Archive Date
8/2/2011
 
Point of Contact
Carolyn Ward, Phone: 4107626601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Required Information Ombudsman HSCG40-11-Q-61674 (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-61674 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53 (5 Jul 2011). (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 336399 and the business size standard is 500 employees. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Woodward Governor Co. It is the Government's belief that Woodward Governor Co. is the only provider that can meet the Coast Guard's needs concerning the Woodward 721 Digital Marine Controls. However, other potential sources with the expertise and required capabilities to provide this item can submit such data discussing the same in duplicate within 1 day from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: Woodward Governor Digital Marine Controls Model/PN: 8280-1109 for load sharing of two diesel engines using non-contact Torque telemetry Sensing provided by HBM. Governor Marine Digital Control Torque Load Sharing two propulsion diesel engine load sharing using non-telemetry sensing to control load. MFG Name: Woodward Controls Incorporated.Quantity 8 EA. Desired Delivery Date 07/31/2011. If delivery cannot be made in accordance with the Government delivery schedule, please indicate your best expedited delivery schedule. (vi) Contractor shall conform to the following packaging, preservation and marking requirements. STANDARD COMMERCIAL PACKAGING IS ACCEPTABLE. COMMERCIAL PACKAGING SHALL BE DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER COMMERCIALLY. PACKAGING SHALL PROVIDE PROTECTION OF THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR DISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM WAREHOUSE FACILITY. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. Failure to follow the packaging/marking instructions may result in contractor being charged by the USCG to cover the costs of repackaging/marking the items. Company may also be charged shipping costs to cover the cost of returning the material to repackaging/marking. Place of delivery: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving Room, Baltimore, MD 21226. Provide FOB, Destination pricing in your quote. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterheads, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall agree to deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The Government will award a Sole Source Purchase order to Woodard Governor Co. This synopsis is issued pursuant to the authority of FAR 6.302-1 and HSAM 3006-302. The statutory authority permitting other than full and open competition is 10 USC 2304©(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 (a)(2)(iii), "Only One Responsible Source and No other Supplies or Services will satisfy Agency Requirements". This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632 (a)(2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) g. 52.222-50, Combating Trafficking in Persons (Aug 2007) h. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) i. 52.225-3 Buy American Act - Free Trade Agreements- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. 108-77, 108-78, 108-286, and 109-169) j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury. k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). l. 52.233-3 Protest after award (Aug 1996) m. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUOTES ARE DUE BY MONDAY JULY 18, 2011 4:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-61674/listing.html)
 
Record
SN02499536-W 20110716/110714235827-c31be1a55bb2a0614b060e9d59e0b00a (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.