Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

J -- Repair and refurbishment of four Generator, Environmental Control Unit and Trailer (GET) Systems according to manufacturer specifications.

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-11-Q-QWD943
 
Archive Date
8/27/2011
 
Point of Contact
Tracey Harriot, Phone: 2024753198, Richard J Murphy, Phone: 202-475-3232
 
E-Mail Address
tracey.harriot@uscg.mil, richard.j.murphy@uscg.mil
(tracey.harriot@uscg.mil, richard.j.murphy@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being issued in accordance with FAR Subpart 13.5. This is a combined synopsis/ solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm Fixed-Price type contract with a period of performance of three (3) weeks. The solicitation number is HSCG23-11-Q-QWD943 and is being issued as a Request for Quotation (RFQ). The proposed acquisition is unrestricted to business size and the North American Industry Classification Systems (NAICS) code for this requirement is 335312. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The U.S. Coast Guard (USCG) intends to acquire contractor services for the overhaul of four Generator, Environmental Control Unit and Trailer Systems in accordance with the attached Statement of Work. A Firm Fixed-Price contract will be issued. The following FAR, HSAR, and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: - FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: Offerors shall submit an electronic version of the quote in Adobe.pdf format by 2:00pm Friday, August 12th, 2011 via email to Tracey.Harriot@uscg.mil. Any questions should be emailed no later than 10:00 am ET on Thursday, August 11, 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and Statement of Work; (4) Past performance references; (5) Completed pricing spreadsheet; (6) Terms of any express warranty; (7) Price, availability and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.211-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgement of Solicitation Amendments; (10) Company Tax Information Number and DUNS Number. -FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: This is a lowest price technically acceptable acquisition. The USCG intends to award a Task Order resulting from this quote solicitation to the responsible offeror whose offer is most advantageous to the Government. The USCG will evaluate the quotations that meet the requirements of the solicitation against the following evaluation criteria: i. Technical Acceptability: Offerors must submit documentation that demonstrates how they will comply with the attached Statement of Work; the Government will evaluate each Offeror's compliance with the Statement of Work to determine acceptability. In order to be considered technically acceptable, Offeror must meet required task completion deadline of September 6, 2011. ii. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. Proposals that are determined to be technically unacceptable may not be considered further for award. Of the quotations that are found technically acceptable, the government will select the lowest-priced quotation for award. Pricing Table CLIN 0001: Reset/Refit GET Serial Number 20915-001 $_______ CLIN 0002: Reset/Refit GET Serial Number 20915-002 $_______ CLIN 0003: Reset/Refit GET Serial Number 21587-001 $_______ CLIN 0004: Reset/Refit GET Serial Number 21587-003 $_______ FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) REQUEST FOR PAYMENT - In accordance with invoice procedures outlined in FAR 52.212-4(g) Invoice, please e-mail each invoice to the following e-mail addresses: CG-9121-Invoices@uscg.mil, Tracey.Harriot@uscg.mil, and David.C.Padgett@uscg.mil FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (July 2010). Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1 (Oct 1995), 52.204-10 (July 2010), 52.209-6 (Dec 2010),, 52.219-8 (May 2004), 52.219-27 (May 2004), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-35 (Sept 2006), 52.222-36 (Jun 1998), 52.222.37 (Sept 2006), 52.222-40 (Dec 2010), 52.222-41 (Nov 2007), 52.222-42 (May 1989), 52.222-43 (Sept 2009), 52.222-50 (Feb 2009), 52.222-54 (Jan 2009), 52.223-18 (Sept 2010), 52.225-13 (June 2008), 52.232-33 (Oct 2003) and 52.239-1 (Aug 1996). FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.246-20, Warranty of Services. (a) Definition. “Acceptance,” as used in this clause, means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. (b) Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this contract will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this contract. The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 60 days from the date of acceptance by the Government. This notice shall state either— (1) That the Contractor shall correct or reperform any defective or nonconforming services; or (2) That the Government does not require correction or reperformance. (c) If the Contractor is required to correct or reperform, it shall be at no cost to the Government, and any services corrected or reperformed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or reperform, the Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the Contractor the cost occasioned to the Government thereby, or make an equitable adjustment in the contract price. (d) If the Government does not require correction or reperformance, the Contracting Officer shall make an equitable adjustment in the contract price. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.209-70, Prohibition on Contracts with Corporate Expatriates (June 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) 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 quotation. (End of provision) 3052.245-70 Government Property Reports [Deviation] The Contractor shall prepare a report of Government property in its possession and the possession of its subcontractors, when and in a format prescribed by the Contracting Officer. (End of clause) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum) COMMANDANT CG-9121(WS) U.S. COAST GUARD 2100 2ND Street, SW STOP 7112 Washington, DC 20593-7112 NOTICE FOR FILING AGENCY PROTESTS 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 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. STATEMENT OF WORK (SOW) 1. TITLE: Overhaul Generator, Environmental Control Unit and Trailer System 2. GENEAL: The United States is confronted with an array of aggressive and often unstable nations and militant organizations advocating terrorism who, by their stated intent, plans and overt actions, attempt to impose their will on neighboring states and others within the world community. Projection of power and stability within the littoral regions of the world, areas where the nature of opposition requires close support over extended time periods; operations in restricted waters and far greater exposure of US ships, aircraft and personnel are of keen interest and concern to the Department of Homeland Security (DHS) and the Department of Defense (DOD). Maritime forces are the leading edge of the littoral operations mission and require advanced technology solutions to detect hostile actions by those who would do harm to US ships, aircraft and personnel; to protect US crews from the effects of the hostile act and to defeat the opposing force. While dramatic progress in these areas is a laudable goal, real progress is often incremental and relies on the ingenuity and experience of the members of the operating forces to develop, test and evaluate improved tactics, techniques and procedures (TTP's), to test and evaluate industry generated changes to equipment and systems and to provide training in the most current technologies and procedures available. The Special Missions Training Center (SMTC) serves as a training center and technology demonstration and evaluation tool for DHS & DOD within a variety of areas that encompass small boat tactics, weapons, weapon systems, advanced materials, improved designs of equipment used by the operating forces of DHS & DOD. To this end, the SMTC trains DHS & DOD personnel in small boat tactics and weapons employment and evaluates potential advanced warfare technology improvements in engineering, weapons, simulation, force protection, combat survivability, equipment, processes and systems. The company that is awarded this contract needs to provide a past performance record working with the United States Marine Core Marine Core Base (USMC MCB) as this system will be installed on the MCB Camp Lejeune and the company must be able to ingress and egress off of the installation. Since this system will be fed into a secure Joint Operations Center the company needs to hold a secret clearance or higher to perform this work. 3. OBJECTIVE: Overhaul four Generator, Environmental Control Unit and Trailer Systems. The HDT Generator, Environmental Control Unit and Trailer System (GET) is designed to support highly mobile life support and command and control systems, such as forward-deployed mobile operations centers that displace often and have limited access to power. This system collectively combines a generator, environmental control unit (ECU) operated on a single high mobility trailer. The 35kW GET is a rugged and reliable source of power and environmental control for mobile shelter systems. REPAIR/RESET - Refers to the repair and refurbishment to the entire system according to manufacture specifications. This process goes beyond repair by tearing down the system at a manufacturer's level and inspecting the complete structure and reassembly. Systems that have been exposed to harsh environments after years of use need to be inspected on a deeper level than a simple repair can provide. REFIT - Refers to those system changes that increase performance capability and update technology of electronic and mechanical standards. The GETs are manufactured by HDT EP, Inc., a business unit of HDT Engineered Technologies. The vendor will perform a RESET, REFIT and REPAIR of the equipment according to the manufacturer's specification 9000320 and will conduct tests under manufacturer test procedure 7000239. The contractor will ensure that the RESET incorporates changes from manufacturer's specification 9000245 used with design 2002080 to specification 9000320 used in the production of design 2003850. These changes will adopt additional applicable test requirements from manufacturers test procedure 7000239. The manufacturer name and part number are provided to assist potential offeror's in understanding the government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand name parts that will fulfill the Government's need. 4. SPECIFIC TASKS: The purpose of this task order is to overhaul four HDT Part Number 62-GET35KW8OD generators as follows: Line Item 1. GET Serial Number 20915-001 At a minimum, the contractor shall complete the required maintenance listed below on GET Serial Number 20915-001 in conjunction with the RESET and REFIT. REPAIR/REPLACE TIE DOWN ASSEMBLY (PART NUMBER: 2000841) REPAIR/REPLACE WIRE, 6/19 MTW GREEN (PART NUMBER: 3001597-066F) REPAIR/REPLACE LUG RING #6 AWG 3/8 STUD UNINSULATED (PART NUMBER: 3000979-005F) REPAIR/REPLACE HOSE FUEL RETURN 8 FT 0.375 DIA-GETS (PART NUMBER: 2000079) REPAIR/REPLACE HOSE FUEL SUPPLY 8 FT 0.375 DIA-GETS (PART NUMBER: 2000078) REPAIR/REPLACE FLIP WHEEL - TAN (PART NUMBER: 2001043-X2) REPAIR/REPLACE DUCT COLLER, 12 INCH - TAN (PART NUMBER: 3001517-001-X2) REPAIR/REPLACE HOSE, FLEXIBLE 12 INCH DUCT (PART NUMBER: 3001395-002) REPAIR/REPLACE DUCT BAG, 12 INCH (PART NUMBER: 4000236) REPAIR/REPLACE DUCT COLLAR, 18 INCH - TAN (PART NUMBER: 3001517-002-X2) REPAIR/REPLACE HOSE, FLEXIBLE 18 INCH DUCT (PART NUMBER: 3001396-002) REPAIR/REPLACE DUCT BAG 18 INCH (PART NUMBER: 4000237) REPAIR/REPLACE BELT FAN AND ALTERNATOR JD3029T (PART NUMBER: 3001090-001) REPAIR/REPLACE FILTER FUEL ELEMENT 3029T 4039D EXTRA CA (PART NUMBER: 3000212-001) REPAIR/REPLACE FILTER LUBE OIL JD3029T (PART NUMBER: 3000213-001) REPAIR/REPLACE FILTER ELEMENT AIR JOHN DEERE 3029T (PART NUMBER: 3000191-001) REPAIR/REPLACE LANYARD 18" EYE AND EYE W/304 SS EYELET (PART NUMBER: 3000765-001) REPAIR/REPLACE FENDER LEFT SIDE-TAN (PART NUMBER: 3001894-002-X2) REPAIR/REPLACE WIRE HARNESS W/ 12 PIN CONNECTOR (PART NUMBER: 3002497-001) REPAIR/REPLACE TAIL LIGHT ASSY 24VDC - CARC TAN (PART NUMBER: 3000132-001-X2) REPAIR/REPLACE LEVER BREAKAWAY (PART NUMBER: 3003220-001) REPAIR/REPLACE JACK REAR TRAILER SWIVEL-TAN (PART NUMBER: 3003148-001-X2) REPAIR/REPLACE JACK FRONT TRAILER SWIVEL-TAN (PART NUMBER: 3003147-001-X2) REPAIR/REPLACE ENGINE 3 CYL 1800 RPM JD3029T-GETS (PART NUMBER: 4000337) REPAIR/REPLACE COUPLING HYDRAULIC COUPLER 1/4 (PART NUMBER: 3000878-002) REPAIR/REPLACE COUPLING HYDRAULIC COUPLER 3/8 (PART NUMBER: 3000878-003) REPAIR/REPLACE LEVER PARKING BRAKE (PART NUMBER: 3002932-001-X2) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 37-11/16 LONG (PART NUMBER: 3001763-001) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 45-1/2 LONG (PART NUMBER: 3001763-002) REPAIR/REPLACE DECK REAR - TAN (PART NUMBER: 3003174-002-X2) REPAIR/REPLACE PLUG PIPE BI 1/2 NPT (PART NUMBER: 3000572-004F) Line Item 2. GET Serial Number 20915-002 At a minimum, the contractor shall complete the required maintenance listed below on GET Serial Number 20915-002 in conjunction with the RESET and REFIT. REPAIR/REPLACE HOSE FUEL RETURN 8 FT 0.375 DIA-GETS (PART NUMBER: 2000079) REPAIR/REPLACE HOSE FUEL SUPPLY 8 FT 0.375 DIA-GETS (PART NUMBER: 2000078) REPAIR/REPLACE FLIP WHEEL - TAN (PART NUMBER: 2001043-X2) REPAIR/REPLACE FILTER FUEL ELEMENT 3029T 4039D EXTRA CA (PART NUMBER: 3000212-001) REPAIR/REPLACE FILTER LUBE OIL JD3029T (PART NUMBER: 3000213-001) REPAIR/REPLACE FILTER ELEMENT AIR JOHN DEERE 3029T (PART NUMBER: 3000191-001) REPAIR/REPLACE FENDER LEFT SIDE-TAN (PART NUMBER: 3001894-002-X2) REPAIR/REPLACE LEVER PARKING BRAKE (PART NUMBER: 3002932-001-X2) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 37-11/16 LONG (PART NUMBER 3001763-001) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 45-1/2 LONG (PART NUMBER: 3001763-002) REPAIR/REPLACE COUPLING HYDRAULIC 1/4 (PART NUMBER: 3000878-002) REPAIR/REPLACE COUPLING HYDRAULIC 3/8 (PART NUMBER: 3000878-003) REPAIR/REPLACE DECK REAR - TAN (PART NUMBER: 3003174-002-X2) REPAIR/REPLACE WIRE HARNESS W/ 12 PIN CONNECTOR (PART NUMBER: 3002497-001) REPAIR/REPLACE LEVEL BULL'S EYE 1 3/4 (PART NUMBER: 3001905-001) REPAIR/REPLACE TAIL LIGHT ASSY 24VDC - CARC TAN (PART NUMBER: 3000132-001-X2) REPAIR/REPLACE JACK REAR TRAILER SWIVEL-TAN (PART NUMBER: 3003148-001-X2) REPAIR/REPLACE ANGLE CAM-LOCK CATCH-GETS (PART NUMBER: 1001842) REPAIR/REPLACE LATCH ECU DUCT COVER/HOSE COUPLER - TAN (PART NUMBER: 3001709-001-X2) REPAIR/REPLACE TIE DOWN ASSEMBLY (PART NUMBER: 2000841) REPAIR/REPLACE WIRE, 6/19 MTW GREEN (PART NUMBER: 3001597-066F) REPAIR/REPLACE LUG RING #6 AWG 3/8 STUD UNINSULATED (PART NUMBER: 3000979-005F) REPAIR/REPLACE KIT GROUND ROD - TAN (PART NUMBER: 2000040-X2) REPAIR/REPLACE HOSE, FLEXIBLE 12 INCH DUCT (PART NUMBER: 3001395-002) REPAIR/REPLACE DUCT BAG, 12 INCH (PART NUMBER: 4000236) REPAIR/REPLACE DUCT COLLER, 12 INCH - TAN (PART NUMBER: 3001517-001-X2) REPAIR/REPLACE HOSE, FLEXIBLE 18 INCH DUCT (PART NUMBER: 3001396-002) REPAIR/REPLACE DUCT BAG 18 INCH (PART NUMBER: 4000237) REPAIR/REPLACE DUCT COLLAR, 18 INCH - TAN (PART NUMBER: 3001517-002-X2) REPAIR/REPLACE WRENCH ALLEN T-HANDLE 5/32 W/6"BLADE (PART NUMBER: 3001906-001) REPAIR/REPLACE BELT FAN AND ALTERNATOR JD3029T (PART NUMBER: 3001090-001) Line Item 3 GET Serial Number 21587-001 At a minimum, the contractor shall complete the required maintenance listed below on GET Serial Number 21587-001 in conjunction with the RESET and REFIT. REPAIR/REPLACE FLIP WHEEL - TAN (PART NUMBER: 2001043-X2) REPAIR/REPLACE HOSE, FLEXIBLE 18 INCH DUCT (PART NUMBER: 3001396-002) REPAIR/REPLACE DUCT COLLAR, 18 INCH - TAN (PART NUMBER: 3001517-002-X2) REPAIR/REPLACE DUCT BAG 18 INCH (PART NUMBER: 4000237) REPAIR/REPLACE FILTER FUEL ELEMENT 3029T 4039D EXTRA CA (PART NUMBER: 3000212-001) REPAIR/REPLACE FILTER LUBE OIL JD3029T (PART NUMBER: 3000213-001) REPAIR/REPLACE FILTER ELEMENT AIR JOHN DEERE 3029T (PART NUMBER: 3000191-001) REPAIR/REPLACE LEVER PARKING BRAKE (PART NUMBER: 3002932-001-X2) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 37-11/16 LONG (PART NUMBER 3001763-001) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 45-1/2 LONG (PART NUMBER: 3001763-002) REPAIR/REPLACE JACK REAR TRAILER SWIVEL-TAN (PART NUMBER: 3003148-001-X2) REPAIR/REPLACE PIN SAFETY STABILIZER JACKS (PART NUMBER: 3001023-001) REPAIR/REPLACE TAIL LIGHT ASSY 24VDC - CARC TAN (PART NUMBER: 3000132-001-X2) REPAIR/REPLACE DECK REAR - TAN (PART NUMBER: 3003174-002-X2) REPAIR/REPLACE WIRE HARNESS W/ 12 PIN CONNECTOR (PART NUMBER: 3002497-001) REPAIR/REPLACE COUPLING HYDRAULIC ¼ (PART NUMBER: 3000878-002) REPAIR/REPLACE COUPLING HYDRAULIC 3/8 (PART NUMBER: 3000878-003) REPAIR/REPLACE HOSE FUEL RETURN 8 FT 0.375 DIA-GETS (PART NUMBER: 2000079) REPAIR/REPLACE HOSE FUEL SUPPLY 8 FT 0.375 DIA-GETS (PART NUMBER: 2000078) REPAIR/REPLACE KIT GROUND ROD - TAN (PART NUMBER: 2000040-X2) REPAIR/REPLACE TIE DOWN ASSEMBLY (PART NUMBER: 2000841) REPAIR/REPLACE WIRE, 6/19 MTW GREEN (PART NUMBER: 3001597-066F) REPAIR/REPLACE LUG RING #6 AWG 3/8 STUD UNINSULATED (PART NUMBER: 3000979-005F) REPAIR/REPLACE HOSE, FLEXIBLE 12 INCH DUCT (PART NUMBER: 3001395-002) REPAIR/REPLACE DUCT BAG, 12 INCH (PART NUMBER: 4000236) REPAIR/REPLACE DUCT COLLER, 12 INCH - TAN (PART NUMBER: 3001517-001-X2) REPAIR/REPLACE WRENCH ALLEN T-HANDLE 5/32 W/6"BLADE (PART NUMBER: 3001906-001) REPAIR/REPLACE BELT FAN AND ALTERNATOR JD3029T (PART NUMBER: 3001090-001) Line Item 4. GET Serial Number 21587-003 At a minimum, the contractor shall complete the required maintenance listed below on GET Serial Number 21587-003 in conjunction with the RESET and REFIT. REPAIR/REPLACE HOSE FUEL RETURN 8 FT 0.375 DIA-GETS (PART NUMBER: 2000079) REPAIR/REPLACE HOSE FUEL SUPPLY 8 FT 0.375 DIA-GETS (PART NUMBER: 2000078) REPAIR/REPLACE FILTER FUEL ELEMENT 3029T 4039D EXTRA CA (PART NUMBER: 3000212-001) REPAIR/REPLACE FILTER LUBE OIL JD3029T (PART NUMBER: 3000213-001) REPAIR/REPLACE FILTER ELEMENT AIR JOHN DEERE 3029T (PART NUMBER: 3000191-001) REPAIR/REPLACE FENDER LEFT SIDE-TAN (PART NUMBER: 3001894-002-X2) REPAIR/REPLACE LEVER PARKING BRAKE (PART NUMBER: 3002932-001-X2) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 37-11/16 LONG (PART NUMBER 3001763-001) REPAIR/REPLACE CABLE PARKING BRAKE CABLE 45-1/2 LONG (PART NUMBER: 3001763-002) REPAIR/REPLACE COUPLING HYDRAULIC 1/4 (PART NUMBER: 3000878-002) REPAIR/REPLACE COUPLING HYDRAULIC 3/8 (PART NUMBER: 3000878-003) REPAIR/REPLACE WIRE HARNESS W/ 12 PIN CONNECTOR (PART NUMBER: 3002497-001) REPAIR/REPLACE SWITCH HIGH PRESSURE AIR COND. MANUAL RE (PART NUMBER: 3001464-001) REPAIR/REPLACE PIN SAFETY STABILIZER JACKS (PART NUMBER: 3001023-001) REPAIR/REPLACE KIT DOOR ASSEMBLY RADIATOR FLIP LID (PART NUMBER: 2004843-X2) REPAIR/REPLACE ANGLE CAM-LOCK CATCH-GETS (PART NUMBER: 1001842) REPAIR/REPLACE LATCH ECU DUCT COVER/HOSE COUPLER - TAN (PART NUMBER: 3001709-001-X2) REPAIR/REPLACE TIE DOWN ASSEMBLY (PART NUMBER: 2000841) REPAIR/REPLACE WIRE, 6/19 MTW GREEN(PART NUMBER: 3001597-066F) REPAIR/REPLACE LUG RING #6 AWG 3/8 STUD UNINSULATED PART NUMBER: 3000979-005F) REPAIR/REPLACE KIT GROUND ROD - TAN (PART NUMBER: 2000040-X2) REPAIR/REPLACE HOSE, FLEXIBLE 12 INCH DUCT (PART NUMBER: 3001395-002) REPAIR/REPLACE DUCT BAG, 12 INCH (PART NUMBER: 4000236) REPAIR/REPLACE DUCT COLLER, 12 INCH - TAN (PART NUMBER: 3001517-001-X2) REPAIR/REPLACE HOSE, FLEXIBLE 18 INCH DUCT (PART NUMBER: 3001396-002) REPAIR/REPLACE DUCT BAG 18 INCH (PART NUMBER: 4000237) REPAIR/REPLACE DUCT COLLAR, 18 INCH - TAN (PART NUMBER: 3001517-002-X2) REPAIR/REPLACE WRENCH ALLEN T-HANDLE 5/32 W/6"BLADE (PART NUMBER: 3001906-001) REPAIR/REPLACE BELT FAN AND ALTERNATOR JD3029T (PART NUMBER: 3001090-001) 5. REPORTING REQUIREMENTS: a. Final acceptance between COTR and contractor upon satisfactory completion. 6. QUALIFICATIONS: The Contractor shall provide qualified personnel to perform all requirements specified in this task order. 7. PLACE AND PERIOD OF PERFORMANCE: a. Place of Performance: All work will be at the Contractor's repair facility. b. Period of Performance: Period of performance is from the date of award until September 6, 2011. ECU units can be delivered within a 150 mile radius however vendor will be responsible for shipment to and from repair facility if outside the 150 mile radius. 8. RESTRICTIONS: The Contractor will use data obtained while performing duties under this contract solely for the purpose of performing his duties under this contract to the SMTC and will not discuss with, disclose, release, reproduce or otherwise provide or make available the data, or any portion thereof, to other members of the contractor's organization or outside organizations unless the Contracting Officer has given prior written approval. There is no known existing or potential conflicts of interest associated with this task. 9. SECURITY CLEARANCE: This work is unclassified. 10. CONTRACTING OFFICER: Robert Mann-Thompson Contracting Officer 1900 Half St, S.W. Suite 1100 Washington, D.C. 20593 Tel 202-475-3252 Email Robert.A.Mann-Thompson@uscg.mil CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): David Padgett CWO4 Logistics Officer Special Missions Training Center (SMTC) PSC Box 20068 Camp Lejeune, NC 28542-0068 Tel 910-440-7517 Fax 910-440-7655 Email David.c.padgett@uscg.mil 11. OTHER POINTS OF CONTACT: Mike Zeroske SMTC Special Missions Training Center (SMTC) PSC Box 20068 Camp Lejeune, NC 28542-0068 Office: 910-440-7658 Cell: 910-376-1474 Fax: 910-440-7655 12. RELEVANCE: This work will support the SMTC responsibility to train DHS & DOD members and house boat training simulators in support of DHS, DOD and Joint operations. 13. CAPABILITY STATEMENT: SMTC does not have the necessary in-house capability to perform the work specified in the statement of work. 14. PROJECT MATERIALS & GOVERNMENT FURNISHED EQUIPMENT (GFE): There are no project materials or GFE furnished by SMTC however the generators are GFE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-Q-QWD943/listing.html)
 
Record
SN02529814-W 20110812/110811000422-9b2b66f3ee1d051a3e3af8a5b87bdf3d (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.