Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

19 -- AUF LIFE RAFTS - Attachment 2 - Attachment 1 - Attachment 3

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-12-Q-200050
 
Point of Contact
Debora J. Plymel, Phone: 2523345372, Tony Twiddy, Phone: 252-335-6494
 
E-Mail Address
debora.j.plymel@uscg.mil, Tony.R.Twiddy@uscg.mil
(debora.j.plymel@uscg.mil, Tony.R.Twiddy@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Evaluation Matrix Statement of Work Field Test Plan Federal Business Opportunities 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 3/27/12 4. Classification Code: 19-SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS 5. Contracting Office Address: USCG Aviation Logistics Center SRR Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: AUF Life Rafts 7. Response Date: 4/9/12 8. Primary Point of Contact: DEBORA PLYMEL 9. Secondary Point of Contact: TONY TWIDDY 10. Solicitation Number: HSCG38-12-Q-200050 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 13 & 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-200050 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57(Mar 2012). The USCG plans to issue a firm fixed price purchase order for four (4) person life rafts to be utilized by the United States Coast Guard Aviation assets conducting Airborne use of Force missions. Quantity, specifications and additional requirements are listed in the attached statement of work. This is a two part solicitation. Once solicitation period has expired all responsible offerors submitting timely quotations will be evaluated IAW the requirements listed under paragraph 2 and 3 of the SOW(see attachment 1). The USCG intends to evaluate all quotes without discussion. The offerors with the most highly rated quotes will be asked to supply a market sample IAW 52.212-1(d) within 30 days. A second evaluation will be conducted IAW with the USCG AUF Field Test (see attachment 2). All offerors will be notified via email whether or not they are selected for the second phase of the solicitation. Evaluation criterion is listed in the SOW. The applicable North American Industry Classification Standard Code is 336612 & 326299. The small business size standard is 500 employees. This is a small business set-aside. 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). Closing date and time for receipt of offers is 9 April 2012, 1230 p.m., EST. Anticipated award date is on or about 2 July 2012. E-mail quotes are preferred and may be sent to Debora.J.Plymel@uscg.mil. Please indicate HSCG38-12-Q-200050 in subject line. Quotes may also be faxed to 252-334-5240, or mailed to the following address: USCG ALC 1664 Weeksville Road SRR Hangar 75, HSCG38-12-Q-200050 Attn: Debora Plymel Elizabeth City, NC 27909 The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. The Government reserves the right to make a single award, multiple awards or to make no award. Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for all Deliverables. However if quotes are F.O.B. Origin please include estimated shipping charges for evaluation purposes. Deliver to: USCG Aviation Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001. Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate national Stock number, Part Number, Nomenclature, quantity, Purchase Order and Line Item number. Labeling data shall be attached to the outside of the shipping container. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation incorporates one or more clauses 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. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) 52.212-2 Evaluation-Commercial Items. Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability (based on technical requirements within the Statement of Work). 2. Trade Offs (based on trade off factors within Statement of Work). 3. Field testing/evaluation. (based on field testing factors within Life Raft Test Plan). 4. Price. Technical Capability is the most important evaluation factor during the first phase of this solicitation. Quotes will be evaluated on a GO/NOGO method based on the technical requirements within the SOW. Trade off factors listed in SOW will be evaluated: UNACCEPTABLE, ADEQUATE, VERY GOOD and EXCELLENT. The closer the offers are to equality, price becomes the most important trade off factor. Field testing/evaluation will be conducted on the most highly rated written quotes from the first phase of solicitation and evaluated UNACCEPTABLE, ADEQUATE, VERY GOOD and EXCELLENT. (End of Provision) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2012) X (ii) Alternate I (Apr 2011) of 52.212-3. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (m) of this provision. 52.212-4 Contract Terms and Conditions -Commercial Items (Feb 2012) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. (Apr 2008) 52.211-17 Delivery of Excess Quantities (Sept 1989) 52.225-8 Duty Free Entry (Oct 2010) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-15 Certificate of Conformance (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 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: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (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). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101note). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it  is,  is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). NOTICE FOR FILING AGENCY PROTESTS 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: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-200050/listing.html)
 
Record
SN02706851-W 20120329/120327235533-b83e91161ca032e5360964cb97ee2531 (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.