Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

J -- SHAFT, SHOULDERED 270' WMEC FINS

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-AG198
 
Archive Date
5/23/2012
 
Point of Contact
Yvette R Johnson, Phone: 410-762-6474
 
E-Mail Address
Yvette.R.Johnson@uscg.mil
(Yvette.R.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: UNIT QTY UNIT PRICE AMOUNT 1. NSN 3040-01-104-5121 07 EA $____ $____ Open, Inspect, and Report of Seven (07) Each Shaft, Shouldered, 270 WMEC Fins In accordance with the Attached Overhaul Description Part Number: 1890946 Manufacturer: NORTHROP GRUMMAN SYSTEMS CORPORATION The price offered for items shall be the total price the Government will be obligated to pay for opening, inspecting, and providing an arrival and inspection report, for approval, for item no. 1-3 NOTE: This cost shall apply if the Arrival Test and Inspection Report(s) reveals that the items are beyond economical repair. LOADED HOURLY RATE: Items no. 1 repair and testing of each item in accordance with the attached overhaul description (Attachment 1) Est. No. of Hours x Loaded Hourly Rate x Quantity = Estimated Total No. 1 x __________ x 07 $ _______ The loaded hourly rate offered for line item 1 shall include direct and indirect labor rates, G & A, overhead, and profit. This labor rate represents the total amount, per hour, the Government will be obligated to pay for services performed. The estimated number of hours and total cost shown above are intended for evaluation purposes only, and may vary based upon the condition of the items received by the Contractor. The Arrival Test and Inspection Report, Item 1 shall show the total actual labor hours (and costs) that will be expended for the repair and testing of each unit. A firm-fixed price shall be determined from the Arrival Test & Inspection Report. PRESERVATION, PACKAGING AND MARKING CHARGE: 1. NSN: 3040-01-104-5121 QTY 07 EACH $____ Total $_____ Contractor to furnish all labor, Material, and equipment necessary To preserve, package, mark and bar Code Seven (07) Shaft, Shouldered 270' WMEC FIN Stabilizer in Accordance with the attached Overhaul Description (Attachment 1) The price offered for Line Item 1 shall be the total price the Government will be obligated to pay for preservation, packaging, and marking only. FREIGHT CHARGES SHALL NOT BE INCLUDED IN THIS PRICE. Delivery-Inspection/Report/Repair Estimate 14 days after Receipt of USCG Property. Note (S) 1. REPAIRS SHALL NOT BE INITIATED UNTIL THE INSPECTION REPORT/REPAIR ESTIMATE IS APPROVED BY THE COAST GUARD. 2. One (1) copy of detailed Inspection Report to be forwarded to Yvette R. Johnson. Fax, 410-762-6306. 3. Department of Labor Wage Determination for your area shall be attached and incorporated within any subsequent order as Attachment (2) 4. See Page 3 for Arrival Test and Inspection Report Requirements. 52.245 Government-Furnished Property (short form) Apr 1998 NAICS: 811310 Size: $6.0 Million Standard Commercial Warranty (Feb 87) If the contractor's organization, as standard practice in the sale of these items issues a certificate of warranty setting forth the terms and conditions of their Standard Commercial Warranty, any contract resulting from this quotation shall require the contractor to submit to the Contracting Officer, upon delivery of these items, said certificate. ARRIVAL TEST AND INSPECTION REPORT REQUIREMENTS The Inspection Report submitted under this Purchase order shall contain the following information (at a minimum): 1. Number of Labor hours, hourly rate, and total labor cost; 2. List of replacement parts required, including part numbers and unit prices, and whether parts are new or reconditioned; 3. Total price for repair(s); 4. Any charges involved in long-term preservation and packaging; 5. Time required to complete repair(s); 6. Price of a new item. INSPECTION REPORTS NOT CONTAINING THE ABOVE INFORMATION WILL BE REJECTED. PRESERVATION, PACKAGING, PACKING AND MARKING Each item shall be preserved, packaged, and marked in accordance with the attached Inspection and Overhaul Description, Bar Coding for U.S. Coast Guard Surface Forces Logistics Center Procured Material, Revision F, dated June 2000. INVOICING REQUIREMENTS (a) All information set forth in FAR Clause 52.232-25, Prompt Payment, must be included in an invoice for it to constitute a proper invoice. (b) The original invoice and one copy shall be submitted to the following designated payment office: U.S. Coast Guard YARD P.O. Box 4122 Chesapeake, VA 23327-4122 M/F: Purchase Order Number: Please be advised that effective 01 January 2002, all Coast Guard vendors SHALL be registered in the Central Contractor Registration (CCR) System to receive payment. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, it is in your best interest to ensure that the DUNS number is recorded on every invoice submitted to the US Coast Guard. For more information on CCR and to register online, simply visit the CCR web-site: http://www.ccr.disc.dla.mil or call the Coast Guard Finance Center Customer Service line at 757-523-6940. EXHIBIT I PREPARATION FOR DELIVERY INSTRUCTIONS All material shipped to the U.S. Coast Guard Surface Forces Logistics Center 2401 Hawkins Point Rd., Baltimore, MD, on this delivery order/contract, must be accompanied by an itemized packing list, securely attached to the outside of the package. All packing lists must cite the purchase order/contract number within the package in such a manner as to provide identification. All packages shall have the delivery order, stock number (when applicable) clearly written on the exterior of the package. All deliveries are to be made between the hours of 7:00 am - 1:00 pm Monday through Friday. If Shipping charges are over $250.00. DO NOT SHIP DIRECT. Government Bill of Lading is required. See Page __ for instructions. Please fill out Page __ when shipment is ready for pick up. The following additional information is also required: (1) If quoting F.O.B. Origin, specify below the city/state from which shipment is to be made: Destination (2) Contractor's est. return shipping charge (if quoting F.O.B. Origin): (3) Business Classification (Circle each that applies): Small Large Disadvantaged Women-Owned FAR 52.215-20 PLACE OF PERFORMANCE (APR 1984) (a) The offeror or quoter, in the performance of any contract resulting from this solicitation, [ ] INTENDS, [ ] DOES NOT INTEND, (check applicable block) to use one or more plants or facilities located at a different address form the address of the offeror or quoter as indicated in this proposal or quotation. (b) If the offeror or quoter checks "INTENDS" in paragraph (a) above, it shall insert in the spaces provided below the required information: PLACE OF PERFORMANCE NAME AND ADDRESS OF OWNER AND (STREET ADDRESS, CITY, OPERATOR OF THE PLANT OR FAC. COUNTY, STATE, ZIP CODE) IF OTHER THAN OFFEROR OR QUOTER __________________________ _____________________________________ ____________________________ _____________________________________ ____________________________ _____________________________________ The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-58 (APR 2012) and as 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 811310. This synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 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) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is MAY 08, 2012 at _5:00_ p.m. Eastern Standard Time. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. 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 (MAY 2011); 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: FAR 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 52.223-18 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). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-AG198/listing.html)
 
Record
SN02736198-W 20120503/120502000416-7faf10c7720cbaad1eef6efca7c37bf7 (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.