Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

29 -- Engine Dynamometer for TRACEN Yorktown

Notice Date
3/20/2012
 
Notice Type
Cancellation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-R-AFR204
 
Archive Date
5/1/2012
 
Point of Contact
Kelson A. Baker, Phone: 7038565489, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP# - HSCG23-12-R-AFR204 Description: Engine Dynamometer for TRACEN Yorktown This acquisition is being issued in accordance with FAR Subpart 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Proposal number is HSCG23-12-R-AFR204 This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-56 (March 2, 2012). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 334519 with a small business standard of 500 employees. This synopsis/solicitation is for the requirements detailed in the following Statement of Work: STATEMENT OF WORK (SOW) DATED: DECEMBER 15, 2011 1.0 GENERAL. 1.1 SCOPE. The Government has a requirement for an engine dynamometer and associated equipment for the MTU 20V4000M93L Main Diesel Engine (MDE). In preparation to meet the training requirements for the new USCG Fast Response Cutter (FRC), the United States Coast Guard (USCG) desires to purchase an engine dynamometer and associated equipment to operate the previously procured MTU 20V4000M93L MDE and the electronic controls as installed on the FRC. Additionally, this training engine shall be operated at the full rated speed of 2100 rpm and load of 4300kW. The engine dynamometer and associated equipment will be used in the training program that directly supports maintenance and operations of the installed MDEs installed aboard Coast Guard WPC class of cutters. The engine dynamometer and associated equipment shall be delivered to USCG Training Center (TRACEN) Yorktown, VA. 1.2 BACKGROUND. The U.S. Coast Guard (USCG) is a military, multi-mission, maritime service within the Department of Homeland Security and one of the nation's five armed services. Its core roles are to protect the public, the environment, and U.S. economic and security interests in any maritime region in which those interests may be at risk, including international waters and America's coasts, ports, and inland waterways. The USCG has made a conscious effort within the last few years to determine the most appropriate, cost effective solutions to workforce performance problems, while simultaneously optimizing the current training infrastructure to meet operational and logistical demands. The USCG currently relies heavily on contracted training for the maintenance, operation, and troubleshooting of MTU propulsion machinery and electronic controls on the WPC class cutter. The USCG training program management office (FC-Tms) has worked to garner the resources necessary to lessen the reliance on contracted training. The USCG has determined that TRACEN Yorktown's Engineering and Weapons (T-ew) facility will be the future site to train operators and maintainers of this equipment. A significant T-ew facilities renovation is planned to start in the next in 2012 and will include the construction of a new building intended to house the WPC/FRC training aids, laboratories, and classrooms to create a Land-Based Training Facility (LBTF). This engine dynamometer and associated equipment procured by this task order shall be stored at the LBTF. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government. 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 8am through 4pm EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 48 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this task order. 1.3.3 Specific Personnel Requirements. There are no specific personnel requirements specified in this task order. 1.3.4 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.5 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security, and the United States Coast Guard. 1.3.6 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this task order. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.7 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government, if that employment would or would appear to cause a conflict of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 SECURITY. Contractor access to classified information is not currently required under this task order. 1.6 PERIOD OF PERFORMANCE. The period of performance for this task order will be 6 months. 1.7 PLACE OF PERFORMANCE. The primary place of performance shall be at USCG TRACEN Yorktown, VA for the delivery of an engine dynamometer and associated equipment. 1.8 HOURS OF OPERATION. The primary hours of operation for Contractor instructors shall be between the hours of 0800 and 1700 Monday through Friday (except Federal holidays). 1.9 TRAVEL. The primary place of performance for both the delivery will be TRACEN Yorktown, VA therefore; project managers will be expected to visit this location. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this task order and review the Contractor's Project Plan. The Kick-Off Meeting will be held at the Government's facility or remotely by virtual conferencing tools (i.e., teleconference, online meetings). 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Project Plan shall include tentative dates for delivery of auxiliary support equipment during the Period of Performance to include any equipment options executed by the Government. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.12 STATUS REPORTS. The Project Manager shall provide a status report to the Contracting Officer and COTR the last working day of each month. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and any Contractor concerns or recommendations. 1.13 STATUS MEETINGS. The Project Manager shall be responsible for keeping the Contracting Officer and COTR informed about Contractor status throughout the performance period and ensure Contractor activities are aligned with USCG objectives. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation (Windows Server 2003 and Microsoft Office Applications). 1.15 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this task order shall be considered Government property. 1.16 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6) at the time of award. 1.17 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous JavaScript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.24 - Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. 36 CFR 1194.31 - Functional Performance Criteria applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meets some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires approval from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 36 CFR 1194.3(b) - Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 WPC/FRC - Patrol Boat/Fast Response Cutter 2.2 MDE - Main Diesel Engine 2.3 TRACEN - Training Center Yorktown 2.4 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 The Government will provide the following to the Contractor for work required under this task order: 3.1.1 The Government assumes responsibility for repairing damage to Coast Guard owned equipment used as training aids, unless such damage is due to the Contractor's negligence. 4.0 CONTRACTOR FURNISHED PROPERTY. 4.1 The contractor shall supply current technical publications (i.e. maintenance manuals, operations manual) associated with the equipment purchased under this task order. 5.0 REQUIREMENTS. 5.1 The Contractor shall provide the following: 5.1.1 Engine dynamometer using water capable of producing sustained load for the maximum output of the MTU 20V4000M93L marine propulsion engine (4300kW at 2100rpm). 5.1.2 PC based electronic control and monitoring system for the operation, monitoring, and testing of the engine dynamometer and engine output of the MTU 20V4000M93L marine propulsion diesel engine. It shall contain all the necessary hardware, software, wiring, component housings, input/output circuits, and power supplies required to interface with MTU propulsion controls. 5.1.3 Cooling system with evaporative tower capable of rejecting the combined heat of the MTU 20V4000M93L marine propulsion engine and dynamometer, but not less than 12,000THP. It shall have the ability to maintain the dynamometer cooling water, engine cooling water, and charged air-temp within the system specifications. 5.1.4 Demonstrated resume of experience with MTU propulsion controls and machinery. 6.0 REFERENCES. n/a 7.0 DELIVERABLES. The Contractor shall deliver the following at the dates indicated. Item 1: (SOW 1.10) - Kickoff Meeting - Due NLT five (5) business days after the date of award. Item 2: (SOW 1.10, 1.11) - Draft Contractor Project Plan - Due NLT kick-off meeting. Item 3: (SOW 1.10, 1.11) - Final Contractor Project Plan - Due DLT five (5) business days after kick-off meeting. Item 4: (SOW 1.12) - Status Reports - Due DLT last day of each month after date of award. Item 5 (SOW 5.1) - Engine Dynamometer and associated equipment - Delivered as agreed upon in project plan. (END OF STATEMENT OF WORK) FAR 52.212-1 Instructions to Offerors - Commercial items (June 2008) and is supplemented as follows: Quote Submission Deadline: Vendors shall submit an electronic version of their quote in word or adobe pdf format by 5:00 PM EDT on April 16, 2012 via email to Kelson Baker at Kelson.A.Baker@uscg.mil. Question Submission Deadline: All questions regarding this solicitation shall be submitted by 12:00 PM EDT April 6, 2012 via email to Kelson Baker at Kelson.A.Baker@uscg.mil. Quoter shall submit as a separate document file and via email only. The Quoter shall submit a firm fixed price quote based on the following information: CLIN 0001: Dynamometer system as required in the SOW. CLIN 0002: Cooling Tower and Pump System and any additional materials required by the SOW. CLIN 0003: Installation of the required system as stated in the SOW. Additional terms, conditions and requirements that shall be submitted are as follows: 1. The solicitation number 2. The name address, email, and telephone number of the Offeror 3. The name, email, and telephone number of the Technical POC 4. The name, email, and telephone number of the Pricing POC 5. Acknowledgement of all solicitation amendments 6. Company Tax Information Number and DUNS number Applicable Clauses The following FAR provisions and clauses are applicable to this procurement: 52.202-1 - Definitions; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008); 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov. 2011). The following clauses are applicable to this solicitation: 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009) (41 USC 10a-10d); 52.225-13- Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996) The following clauses are also incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-7 Anti-Kickback Procedures(October 2010); 52.204-2 Security Requirements (August 2006); 52.204-6 Data Universal Numbering System (DUNS) Number(April 2008); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment(Dec 2010); 52.211-5 Material Requirements(Aug 2000); 52.222-25 Affirmative Action Compliance(April 1984); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sept 2010); 52.222-54 Employment Eligibility Verification(Jan 2009); 52.223-3 Hazardous Material Identification and Material Safety Data(Jan 1997); 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts(May 2008); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving(Aug 2011); 52.224-1 Privacy Act Notification(April 1984); 52.224-2 Privacy Act(April 1984); 52.225-18 Place of Manufacture(Sept 2006); 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification(Nov 2011); 52.232-1 Payments(April 1984); 52.232-25 Prompt Payment(Oct 2008); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.243-1 Changes--Fixed Price(Aug 1987); 52.244-6 Subcontracts for Commercial Items(Dec 2010); 52.247.34 - FOB Destination; 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); 52.252-2 Clauses incorporated by reference (Feb 1998); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. Proposal shall include pricing for each component listed in Section 5.0 of the PWS. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors, in descending order of importance, are: 1. Acceptability: To determine acceptability the Government will evaluate each vendor's ability to provide the equipment in accordance with the PWS. 2. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. To be considered, all quotes must be received by the Contract Specialist, Kelson Baker, via email at Kelson.A.Baker@uscg.mil in Adobe pdf format no later than 5:00 PM (Eastern Time) on April 16, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-R-AFR204/listing.html)
 
Place of Performance
Address: Coast Guard Training Center Yorktown, 1 U.S. Coast Guard Training Center, Yorktown, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN02701087-W 20120322/120320235757-7b8e1ea9ae61e8b616c73d4e343ff4c1 (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.