Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

99 -- Hangar Door Assembly (Sole Source)

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-13-Q-P45M30
 
Point of Contact
Chad B. Davis, Phone: 5106375976, JERMOND WILLIAMSON, Phone: 510-637-5936
 
E-Mail Address
Chad.B.Davis@USCG.MIL, JERMOND.M.WILLIAMSON@USCG.MIL
(Chad.B.Davis@USCG.MIL, JERMOND.M.WILLIAMSON@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is HSCG85-13-Q-P45M30 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013 The NAICS Code is 336611. The small business size standard is 1,000. This is an unrestricted procurement; all responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. 1. This is a Sole Source Solicitation for OEM Parts. If an offeror can supply the below OEM parts bids will be reviewed for future orders. If bid is received and is not OEM specific, bid will not be reviewed. All Items shall be sent to cutters Homeport of Alameda, CA Below are the Specifications. Offerors Bids should be exact to specifications to be considered. A. Hangar Door Curtain Assembly P/N: HH3060 (2 Each) B. Door Curtain Bottom Bar Assembly P/N: HH3070 (2 Each) C. Port Door Spring Barrel Assembly P/N HH3045 (1 Each) D. STBD Door Spring Barrel Assembly P/N: HH3040 (1 Each). Ship to CGC Stratton Home Port, Alameda, CA in accordance to above specifications A. CLIN 0001 - Hangar Door Curtain Assembly P/N: HH3060 (2 Each tiny_mce_marker_____________________ B. CLIN 0002- Door Curtain Bottom Bar Assembly P/N: HH3070 (2 Each) tiny_mce_marker_____________________ C. Port Door Spring Barrel Assembly P/N HH3045 (1 Each) tiny_mce_marker_____________________ D. STBD Door Spring Barrel Assembly P/N: HH3040 (1 Each) tiny_mce_marker_____________________ Required Delivery Date: No Later than 08/09/2013 1. 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 are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov. 2. 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: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. 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 Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation. 3. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) - 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. 4.. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) The following addendum applies: Address for submission of invoices is Commercial Invoices USCG Finance Center PO Box 4115 Chesapeake, VA 23327 5. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012) 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: 52.209-7, Information regarding responsibility matters, 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 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). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644) 52.219-8, Utilization of Small Business concerns (Jan 2011) (15 U.S.C 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Re-representation (APR 2009) (15 U.S.C. 632 (a) (2). 52.222-25, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans, (Sep 2010) (38 U.S.C 4212). 6. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions 3052.209-72 Organizational Conflicts of Interest (b) Clauses. 3052.203-70 Instructions for Contractor Disclosure of Violations 3052.204-70 Security Requirements for Unclassified Information Technology Resources 3052.204-71 Contractor Employee Access __Alternate I 3052.205-70 Advertisement, Publicizing Awards, and Releases 3052.209-73 Limitation on Future Contracting 3052.209-70, Prohibition on Contracts with Corporate Expatriates 3052.212-70, Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest 3052.215-70 Key Personnel or Facilities 3052.219-70 Small Business Subcontracting Plan Reporting 3052.228-70 Insurance 3052.242-72 Contracting Officer's Technical Representative 3052.247-72 F.O.B Destination Only The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf 7. 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 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. 8. Questions and quotes shall be emailed to Chad.B.Davis@uscg.mil. Contractors are responsible for verifying receipt of quotes. 9. Quotations shall be submitted not later than 1200 Pacific Time on 06/17/ 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-Q-P45M30/listing.html)
 
Place of Performance
Address: USCGC Stratton, Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN03081048-W 20130607/130606002049-d1c5cf0e4066e5b3ea4b168de44101a9 (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.