Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

20 -- Paxman Crankshaft Assemblies - JOTFOC

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336312 — Gasoline Engine and Engine 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-R-60006
 
Archive Date
9/2/2011
 
Point of Contact
Martine Duvall, Phone: 410-762-6047, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
martine.m.duvall@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(martine.m.duvall@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC The USCG Surface Forces Logistics Center has a requirement and is requesting quotations for the following part: Item 1) NSN: 2815 99-810-6101 Crankshaft Assembly Part Nbr: 16Y3J17020A MAN Diesel North America BRAND NAME ONLY Quantity: 3 AY Delivery: 120 Calendar Days from the Date of Award NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. The crankshaft assemblies will support the overhaul of Paxman Diesel Engines currently being performed by the U.S. Coast Guard Yard. All parts, unless otherwise identified shall be NEW and not remanufactured. The use of new crankshafts as specified in this acquisition is necessitated by the high frequency of engine overhauls for the Paxman engines employed on the 110' WPB Island Class USCG Cutters and the resulting loss in reliability and durability of crankshafts reutilized with such frequency. It is the Government's belief that only MAN Diesel North America and/or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) 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 distributor and verifying the OEM will supply only genuine OEM parts. Crankshafts shall be individually packaged in a suitable wood crate with a skid-type base and saddle supports on each journal to prevent damage and/or distortion during handling and storage. Crankshafts shall be completely preserved and protected from moisture, contamination and deterioration during transport and possible long-term storage in a warehouse facility. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, current through FAC 2005-53 (Jul 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 336312 and the Small Business Size Standard is 750 employees. This acquisition is being solicited on an unrestricted basis. The resultant contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. Solicitation number HSCG40-11-R- 60006 applies and is issued as a Request for Proposal. PRESERVATION, PACKAGING, PACKING, AND MARKING All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Contract Number. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Surface Forces Logistics Center locations. All packages shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. Failure to following the packaging instructions will result in rejection of the shipment and return of the shipment to the Contractor at the Contractor's expense. INSPECTION AND ACCEPTANCE Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. WARRANTY Each Offeror shall be required to describe its warranty policy, which shall include a statement that if its parts are deficient and cause engine failure that it will replace all damaged parts in that engine, if the damaged parts were damaged as a result of the part that failed. EVALUATION The Government will evaluate quotations on a best value basis. Award will be made to the responsible Offeror(s) whose quotation provides the greatest overall value to the Government, price and other factors considered. In making this determination, the Government may award to other than the lowest priced quotation. The Government shall evaluate the quotations against the following factors: 1. Past Performance 2. Delivery 3. Price The Government intends to evaluate proposals and make award without discussions with Offerors. The Government reserves the right to seek information clarifying any element of a quotation prior to award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. RELATIVE IMPORTANCE OF EVALUATION CRITERIA Past performance and delivery, when combined, are significantly more important than price. Past performance and delivery are of equal importance, with each being more important than price. PRICE EVALUATION The unit price of each line item shall be multiplied by the stated quantity. The total price of all line items shall be added together to arrive at a total price. PAST PERFORMANCE Past performance shall be evaluated for Offeror capabilities to provide the parts as required within this solicitation. Offerors shall provide at least three (3) references for contracts completed during the last three years or currently in process for the exact same items as contained in 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 to obtain additional information that shall be used in the evaluation of the offeror's past performance. Offerors shall present this information for each contract in the following format: a. Name of Offeror b. Contract Number c. Contract type d. Contract dollar value e. Period of performance f. Contracting activity g. Customer points of contact with telephone numbers and email addresses for the Procurement Contracting Officer (PCO) and the Administrative Contracting Officer (ACO). h. List of specific parts, including part numbers, provided under referenced contract. 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 (May 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 (May 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 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 (Apr 2009)(15 U.S.C. 632(a)(2); 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010); 52.225-5 Trade Agreements (Aug 2009)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 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). X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. 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 August 10, 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-R-60006/listing.html)
 
Record
SN02521359-W 20110805/110804000558-da0c743275fb3a7a48d12cca43a8d041 (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.