Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

L -- TECH. REP SERVICE (STRAIN GAGE READING) FOR THE CGC ELM - Required Information

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-60598
 
Archive Date
2/7/2012
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman Solicitation HSCG40-12-Q-60598 Required Information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q-60598 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-55 (03 JAN 2012). (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 541330 and the business size standard is $4.5 million. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Maritech, LLP. It is the Government's belief that as the Original Equipment Manufacturer they are the only source capable of providing the required service to the Strain Gauge Measurement. However, other potential sources with the expertise and required capabilities to provide this material can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: Tech Rep Service for the CGC ELM. 1st visit will be at the CGC Elm's homeport: Pre-drydock with a 80% liquid load. Contractor will perform the strain gage alignment check and document the state of the existing alignment is correct and to collect baseline data, Contractor will submit finally report finding to Ship Sup's LTJG Josh Smith. Performance start date is Wed. Feb. 1, 2012. Item 0002: Tech Rep Service for the CGC ELM. 2nd visit date and time will be determined by Ship Sup at the CG YARD. Pre-work: vessel will be on the drydock, no shafting components can be remove until all readings are complete. Contractor must submit reading to determine compression crush data, bearing load, bearing wear, bearing crush and radial clearance, permissible load on all bearings. All reports will be submitted to the Ship Sup's LTJG Josh Smith. Item 0003: Tech Rep Service for the CGC ELM. 3rd visit date and time will be determined by the Ship Sup at the CG YARD. Post dry dock measurements, ship must have 80% liquid while afloat. Strain gage reading will be for the state of the shaft alignment, bearing wear, bearing load, bending stress are minimal and shaft slope. All reports will be submitted to the Ship Sup's LTJG Josh Smith. (vi) Place of Performance is: 1st visit at the CGC Elm's homeport: Atlantic Beach, North Carolina. The 2nd and 3rd visit will be held at the CG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2012). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). b. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) h. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) a. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351)..). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. i. 52.222-50, Combating Trafficking in Persons (Aug 2007) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) k. 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). l. 52.225-1 Buy American Act - Supplies (Feb 2009) (41 U.S.C. 10a-10d). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). n. 52.233-3 Protest after award (Aug 1996) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUOTES ARE DUE BY MON. JAN. 23, 2012 at 12:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-60598/listing.html)
 
Place of Performance
Address: 1ST VISIT:, Atlantic Beach, NC, 2nd & 3rd VISIT:, Baltimore, MD, United States
 
Record
SN02656783-W 20120120/120118235102-cf6d765107b4af42f3744db79a01a022 (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.