Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

58 -- OPEN, INSPECT, REPAIR SONAR SOUNDING SET - Package #1 - Package #2

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
HSCG40-12-Q-20100
 
Archive Date
12/29/2011
 
Point of Contact
Charles B, Shughrue, Phone: 4107626387, Donna M Scandaliato, Phone: 410/762-6444
 
E-Mail Address
charles.b.shughrue@uscg.mil, donna.m.scandaliato@uscg.mil
(charles.b.shughrue@uscg.mil, donna.m.scandaliato@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATION FOR THE REPAIR OF ELECTRONIC EQUIPMENT AND MODULES UMBUDSMAN The USCG Surface Forces logistics Center, WMEC Product Line, has a requirement to Open, Inspect, and provide an Inspection Report for the following: (1) NSN: 5845 01-513-4465 SOUNDING SET, SONAR Part number: BBFF1 MFG: FURUNO USA INC. Quantity:1 each 1. Pricing SOUNDING SET, SONAR (a) Inspection Charge Per Item: ___________ (This price shall be the price the Government shall be obligated to pay if any extractors are determined to be beyond economical repair) (b)Preservation, packaging, and marking: __________(This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in Attachment 2) (c ) Labor Rate for inspections and Repairs: ___________ (d) FOB Origin or Destination, (FOB Origin quotations must include estimated shipping costs): ______________ OR... (e) Firm Fixed Price repair cost per item: ____________(No inspection report required unless items are found to be Beyond Economical Repair) NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. All repairs are contingent upon receipt and review of an inspection report unless the offeror is able to quote an acceptable firm, fixed repair price before the closing date of this solicitation. All repairs shall be conducted in accordance with attachment 1 and the additional instructions contained herein. 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 (JULY 2011), and 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 334511 and the Small Business Standard is $7,000,000. This synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using Simplified Acquisitions Procedures in accordance with FAR 13. It is anticipated that a fixed price purchase order will be issued as a result of this solicitation. II. Delivery Schedule Inspection Report(s) - 15 Calendar days from the date Government Furnished material is received at the Contractors facility. Coast Guard Review-10 Calendar days after receipt of inspection Reports Repaired Items (when authorized)-45 calendar days after receipt of Contracting Officer's authorization to proceed. III. TEST AND INSPECTION REPORTS shall be submitted in accordance with Attachement 1. IV. 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 capability (b) Estimated Price, including shipping (c) Past performance Note: All evaluation factors are listed in descending order of precedence with (a) Technical capability being more significant than (b) Estimated price and (c) Past performance. Estimated price is significantly more important than past performance. V. FAR PROVISIONS AND CLAUSES The following FAR provisions apply to this solicitation. FAR 52.212-1 Instruction to Offerors-Commercial Items (June 2008); FAR 52-212.3 Offerors Representations and Certifications-Commercial Items (May 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 (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 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 is 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 (Aug 2011). The following clauses listed within FAR 52.212-5 are applicable: 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 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 2010) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (SEP 2009); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(41 U.S.C. 10a-10d); FAR 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). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) and 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). 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. VI. All responsible source may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information (TIN) with their offer. The closing date and time for receipt of quote is December 14, 2011 at 4:00 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 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 St., 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/HSCG40-12-Q-20100/listing.html)
 
Place of Performance
Address: SURFACE FORCES LOGISTICS CENTER, 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02637651-W 20111214/111212234358-fd93aad2d5307b0e941d4248203eb157 (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.