Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

20 -- Bearing, Half Sleeve

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
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
HSCG40-12-Q-AF009
 
Archive Date
11/15/2011
 
Point of Contact
Yvette R Johnson, Phone: 410-762-6474
 
E-Mail Address
Yvette.R.Johnson@uscg.mil
(Yvette.R.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement for the following item: 1. NSN: 3120-01-027-0025, Bearing Half Sleeve Part no: 627 WMEC 161 001 PC21 Quantity: Ten (10) set Quotations may be submitted via fax or email no later than October 31, 2011 to Yvette.R.Johnson@uscg.mil or by fax (410) 762-6050 by noon eastern standard time on company letterhead and must include the following information: Delivery Schedule Required by November 20,2011. Please provide your proposed delivery with your quote. Shipping Cost: FOB Destination pricing is preferred; however, if you choose to quote FOB Origin please provide your estimated shipping cost. Note: All items to be shipped to USCG, SFLC Baltimore, 2401 Hawkins Point Road, Baltimore, MD 21226 Attn: Receiving Dept/Bldg 88 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the formal outlined in FAR Subpart 12.6, FAC 2005-53 (Jul 2011), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for quotations are being requested and a written solicitation will not be issued. The NACIS code for this solicitation is 326291. FAR Subpart 13.5, Test Program for Certain Commercial items will be utilized for this acquisition. The solicitation number is HSCG40-12-Q-AF009 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) Price (b) Past Performance (Which will include a determination that past performance provides sufficient information to determine if contractor has the appropriate technical capability to perform the required work a Contractor that fails to demonstrate they have the required technical capability will not be eligible for award). Price is approximately equal to past performance. In determining the overall evaluated price for those contractors that do not propose FOB-Destination, the cost of transporting the completed work from the Contractor's location to the FOB-Destination location shall be added to the Contractor's proposed price. The following FAR Clauses apply to this solicitation. FAR 52.212-1, Instructors to Offerors-Commercial Items (June 2008); FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda are added to FAR Clause 52.212-2: Proposal Evaluation-The Government will award a contract resulting from this solicitation to the lowest prices, technically acceptable proposal. The evaluated price will be ascertained by adding together the cost for each line item to achieve a final price for evaluation purposes. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011) with Alternate 1. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (03) contracts completed during the past three years or currently in process for the same services/supplies. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Contractor may supply additional information describing how the contracts provided are relevant to the required work. In addition, the Contractor may provide information describing any problems encountered in the performance of these contracts and actions taken by the contractor to resolve these problems. The Offeror shall provide 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 (Jun 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010),FAR52.219-6, Notice of Total Small Business Set-Aside(June 2003), FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011), FAR 52.219-9, Small Business Subcontracting Plan (Jan 2011, FAR 52.219-16 Liquidated Damages Subcontracting Plan (Jan 1999), FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008), FAR 52.219-28, Post Award Small Business Program Representation (Jan 2011) (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(Aug 2009)(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 52.222-25, Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998)(29 U.S.C. 793);FAR 52.222-37, Employment Reports on Veterans (Sep 2010),FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010), FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010), FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act(Jun 2009);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). 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. 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 timely consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protestor essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns with the USCG as an Alternate 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 a 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). Forman Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor's concerns are unresolved, an independent review is available by the Ombudsman. The protestor may file a formal agency protest to either the contracting officer or as an alternate to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless the 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 protestor 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 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, DC 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/HSCG40-12-Q-AF009/listing.html)
 
Record
SN02612830-W 20111027/111025234644-c3fcf96e8b1e6aaefe3dd319ee4d8d57 (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.