Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

20 -- Repair of Pumping Unit - Overhaul Description

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-49013
 
Archive Date
12/31/2011
 
Point of Contact
Jacquelyn L. Warfield, Phone: 4107626627
 
E-Mail Address
jacquelyn.l.warfield@uscg.mil
(jacquelyn.l.warfield@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Overhaul Description for the repair of a sewage pumping unit This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-53. 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 336412 and the Small Business Size Standard is 1000. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.202-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Envirovav, Inc.. and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 14 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 repair facility and verifying the OEM will supply only genuine OEM parts. The USCG Surface Forces Center has a requirement to Open, Inspect, Report and Repair the following: (1) 4630 01-583-6837, Pumping Unit, Sewage; P/N: 5600268, quantity: 2 each. (NOTE: No substitute or after-market parts shall be authorized for the repair of these PUMPING UNITs. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility.) PRELIMINARY INSPECTION REQUIREMENTS ITEM NAME: PUMPING UNIT, SEWAGE STOCK NO.: 4630 01-583-6837 PART NUMBER: 5600268 USED ON: NSC 418' WMSL Sewage System Assemblies received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contract Administrator. Each PUMPING UNIT shall be inspected in order to determine the extent of required overhaul. An inspection report shall be provided to the Coast Guard Contract Administrator, which shall include national stock numbers, serial numbers, part numbers, new parts required, with prices, labor hours required and a total estimate for all required services. OVERHAUL REQUIREMENTS Each PUMPING UNIT shall be overhauled to a condition, which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with ENVIROVAV, INC. specifications and standards, which are proprietary to ENVIROVAV, INC. All repairs shall be genuine ENVIROVAV, INC. parts. QUALITY ASSURANCE Following completion of overhaul, the contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer. WARRANTY Each PUMPING UNIT is being overhauled as a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to the Coast Guard. GOVERNMENT ACCEPTANCE Acceptance will be made at destination by a Government Representative. Acceptance will be contingent upon the Representative's verification of no damage in transit, correctness and completeness of order and contractors conformance to preservation/packaging, packing and marking requirements. PRESERVATION/PACKAGING Each PUMPING UNIT shall be preserved and packaged for protection against deterioration for a period of up to two (2) years. All previously painted surfaces shall be re-painted in accordance with manufacturer's standards and colors, in order to provide a new appearance. PACKING AND MARKING FOR SHIPMENT Each PUMPING UNIT shall be packed individually in a wooden box, which shall be capable of providing adequate protection during storage and multiple shipments. Each box shall be marked on the two longest sides in stenciled black print on a highly contrasting painted white background. Characters shall be at least ½ inch high. Example of Marking Layout: NATIONAL STOCK NUMBER: 4630 01-583-6837 ITEM NAME: PUMPING UNIT, SEWAGE PART NUMBER: 5600268 SERIAL NUMBER: As applicable GOVERNMENT ORDER NUMBER: As applicable DATE OF REPAIR: As applicable And the words "Coast Guard SFLC Material, Condition Code "A". BAR CODING Bar code labels shall be supplied on all boxes. All bar coded labels shall be in accordance with CG, SLFC specification D-000-100 Rev. G, Dated 2/06. The actual labels shall be Type V, Style 2, composition b with plastic laminate. Each label shall contain encoded date for the Stock Number and the Contract Number. The marking required can be applied separately or as part of the bar code. The contractor shall provide a Certificate of Conformance for each PUMPING UNIT; one copy shall be placed in each box with the PUMPING UNIT and one copy shall be forwarded to the Coast Guard Contract Administrator. OFFERS Offers may be submitted on company letterhead stationery and must include the following Contract Line Items: (1) Loaded Labor Rate: tiny_mce_marker_________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per PUMPING UNIT: tiny_mce_marker_________ (This price shall be the price the Government shall be obligated to pay if any PUMPING UNIT is determined to be beyond economical repair). (3) Preservation, packaging and marking: tiny_mce_marker_________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging and marking as outlined in the attached Repair Description.) (4) Replacement cost for new PUMPING UNIT (if available): tiny_mce_marker_________ (This price will be used by the government to determine if the unit is beyond economical repair) (5) FOB Origin or FOB Destination: __________ (Offeror shall indicate shipping terms should a Purchase Order result from the quote.) Delivery to: USCG Surface Forces Logistics Center Receiving Room, Bldg 88A 2401 Hawkins Point Road Baltimore, Maryland 21226-5000 NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant Purchase Order. (NOTE: Statement is not required for rebuild.) DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 calendar days from the date Government-Furnished Material is received at the Contractor's Facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports. Repair (when authorized) - 45 calendar days after receipt of Contracting Officer's authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each PUMPING UNIT. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new item. (e) Serial number of each item. (f) Proposed delivery date for repaired items. TEST AND INSPECTIONS Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussion 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: 1. Technical Capability. Offerors must be able to provide genuine Original Equipment Manufacturer (OEM) parts in a timely manner. Additionally, qualified technicians must be certified technicians by the OEM. 2. Past Performance Past performance shall be evaluated on scope previous contracts completed during the past three years or currently in process for the same type of services that as are being solicited under this solicitation. Contracts 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 to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. 3. Delivery Schedule (if applicable) 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 include 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 services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contact 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 Statues or Executive Orders-Commercial Items ( Aug 2011). The following clauses listed within the FAR 52.212-5 are applicable: 52.219-6 Notice of total Small Business Set-Aside (June 2003), 52.219-28, Post Award Small Business Program representation (Apr 2009) (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 (Jul 2010)(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 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793; FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); ); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513)FAR 52.225-1 Buy American Act-Supplies (Sep 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-3 Buy American Act-Free Trade Agreement (Jun 2009);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (Oct 2008). Copies of CGAP clauses may be obtained electronically at www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 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 2 December 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 protests 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 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 of 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(d)(2). 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-9131), United States Coast Guard, Ombudsman Program for Agency Protests, 2100 2ND Street, 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/HSCG40-12-Q-49013/listing.html)
 
Place of Performance
Address: USCG Surface Forces Logistics Center, Receiving Room - Bldg 88A, 2401 Hawkins Point Road, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN02627660-W 20111124/111122234823-7d26f904c289d8b279c5b319ab64a25f (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.