Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

20 -- Metalshark Parts

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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-K00249
 
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
The USCG Surface Forces Logistics Center, Small Boat Product Line, has a requirement to procure the following items: (1) Stock Number 2010-01-HS2-4521, Collar, Metalshark P/N 12539A, quantity, 2 each. (2) Stock Number 2815-01-HS2-4520, Generator, Diesel, Metalshark P/N 12699A, quantity 2 each. (3) Stock Number 4120-01-HS2-4519, Air Conditioner, Metalshark P/N 12805A, quantity 3 each. All parts shall be individually preserved, packaged, and marked with the Stock Number, Item Name, Part Number, Unit of Issue, and Quantity. All parts shall be delivered F.O.B. DESTINATION to the U.S. Coast Guard Transformation Warehouse, 1873 W. Ehringhaus Street, Elizabeth City, NC 27908 no later than 45 calendar days from the date of the purchase order. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-53 (Aug 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 requirement is being synopsized on a sole source basis in accordance with Federal Acquisition regulation (FAR) Part 6.302-1. The Government does not possess any technical or engineering data required to successfully manufacture these parts. All information on hand indicates the Original Equipment Manufacturer is Metalshark. Alternate parts shall not be accepted. It is the Government's belief that only Metalshark, and or their authorized dealers/distributors can provide these parts and guarantee form, fit, and function with existing equipment, therefore it is the Government's intent to solicit only Metalshark and/or their authorized dealers/distributors. The NAICS Code for this acquisition is 333999. The Small Business Size Standard is 500 employees. The Solicitation Number is HSCG40-11-Q-K00249. 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: In order for a quotation to be considered technically acceptable, the offeror MUST (1) complete the following certification and (2) submit written verification from the OEM that the offeror is an authorized dealer/distributor. Offers received without a completed certification may be determined unacceptable and may be eliminated from further consideration. "I HEREBY CERTIFY THAT _________________________________ (insert offeror name), IS AN AUTHORIZED DISTRIBUTOR/DEALER AND THAT ALL PARTS TO BE PROVIDED UNDER THE RESULTANT PURCHASE ORDER SHALL BE ONLY GENUINE OEM PARTS. ____________________________________________ NAME OF AUTHORIZED CORPORATE OFFICER _____________________________________________ TITLE (b) PRICE: The unit price of each item shall be multiplied by the stated quantity to arrive at a total price. The total price of all items shall be added together to arrive at an aggregate total. (c) PAST PERFORMANCE Offerors must submit references for at least 3 contracts completed within the last two years or currently in process for the same Engines 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 to obtain additional information that will be used in the evaluation of the offeror's past performance. Offeror's 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. Place of performance g. Contracting activity h. Customer points of contact with telephone numbers and email addresses for the Procurement Contracting Officer (PCO), the Administrative Contracting Officer (ACO), and the Program Manager (PM). i. Brief description of worked performed or supplies delivered. Offerors will be evaluated on performance under existing and prior contracts for similar products. Performance information will be used as an evaluation factor as required by Federal Acquisition Regulation (FAR) 15.304(c)(3). The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the acquisition under consideration. Offerors lacking past performance information may not be evaluated favorably or unfavorably but will receive a neutral rating. 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 (Aug 2009) with Alternate I. Offeror(s) must submit 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 parts being solicited for under this solicitation. Contracts listed 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 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 (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 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); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 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) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); 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 Wednesday, September 7, 2011 at 1:00 PM ESDT. Quotations received after this established deadline shall be considered unacceptable and shall be eliminated from further consideration. 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: Commandant (CG-931), U.S. Coast Guard Headquarters, Procurement Planning & Oversight Division, 1900 Half Street, SW, JR11-0203, Washington, DC 20593-0001, Telephone: (202) 372-3692, FAX: (202) 475-3904.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-K00249/listing.html)
 
Record
SN02556253-W 20110901/110831000728-59388e9f7a9018e7b7c97d611defb98b (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.