Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

20 -- MOTOR , AND ROTARY JOINTS - OMBUDSMAN

Notice Date
2/8/2012
 
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-60675
 
Archive Date
2/28/2012
 
Point of Contact
Lynn M. Hicks, Phone: 4107626426, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
lynn.m.hicks@uscg.mil, sharon.l.byrd@uscg.mil
(lynn.m.hicks@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
OMBUDSMAN (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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q-60675 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective 02 Feb, 2012. This solicitation is not set aside for small business. The North American Industry Classification System (NAICS) code is 334511 and the small business standard is 750 employees for this requirement. 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 Furuno. It is the Government's belief that Furuno Inc. Is the only provider that can meet the Coast Guard's needs concerning the complete Motor, Rotary Joint, Terminal board with Cover, Turning Gear/Scanner, Packing, Bearing Signal Generator and Drive Gear with Timing Disk. However, other potential sources with the expertise and required capabilities to provide this item can submit such data discussing the same in duplicate within 1 day 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. (iv) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: ITEM NO. 0001. MOTOR (v) Part _NBR. 000-631-715 Quantity: 23 EACH MOTOR Delivery on or before: 02/25/12 ITEM NO. 0002. ROTARY JOINT. PART _ NBR: 008-320-520 Quantity: 35 EACH ROTARY JOINT Delivery on or before 02/25/12 ITEM NO. 0003.) TERMINAL BOARD WITH COVER. PART _ NBR: 000-533-509 Quantity: 6 EACH TERMINAL BOARD WITH COVER Delivery on or before 02/25/12 ITEM NO. 0004.) TERMINAL BOARD WITH COVER. PART _ NBR: 000-168-671 Quantity: 6 EACH TERMINAL BOARD WITH COVER Delivery on or before 02/25/12 ITEM NO. 0005.) GEAR/SCANNER, TURNING. PART _ NBR: 300-132-415 Quantity: 6 EACH GEAR/SCANNER, TURNING Delivery on or before 02/25/12 ITEM NO. 0006.) PACKING. PART _ NBR: 000-171-892 Quantity: 30 EACH PACKING Delivery on or before 02/25/12 ITEM NO. 0007.) BEARING SIGNAL GENERATOR. PART _ NBR: 008-556-050 Quantity: 4 EACH BEARING SIGNAL GENERATOR Delivery on or before 02/25/12 ITEM NO. 0008.) DRIVE GEAR WITH TIMING DISK PART _ NBR: 300-132-336 Quantity: 4 EACH DRIVE GEAR WITH TIMING DISK Delivery on or before 02/25/12 (vi) PACKAGING REQUIREMENTS: STANDARD COMMERCIAL (vii) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES: FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. 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 contractor's conformance to reservation/packaging, packing and marking requirements. (viii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. 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 and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price: The Government will evaluate offers based on best value. Technical Capability: Authorized OEM Distributor. Delivery Time: Delivery time and technical ability is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2011) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. (xi) 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. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (2) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (4) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (5) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (6) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (7) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). (8) 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). (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (10) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov (xiii) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiv) See additional documents(s) for uploaded documents to support order requirements: Ombudsman.pdf (xv) Quotes are due by February 13, 2012 @ 1:30 PM EST. Deadline for questions will be February 10, 2012 @ 1:00 PM EST. Questions and quotes may be emailed to lynn.m.hicks@uscg.mil. Contractors are responsible for verifying receipt of quotes. (xvi) POC is Lynn Hicks, Acquisition Specialist, 410-762-6426.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-60675/listing.html)
 
Place of Performance
Address: US. COAST GUARD, SURFACE FORCES LOGISTIC CENTER, RECEIVING RM BLDG 88, 2401 HAWKINS POINT RD, BALTIMORE, MD 21226, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02670329-W 20120210/120208234822-1f8a9438ffef5b0831596b0cca34e414 (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.