Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

J -- Overhaul of Rudder Assemblies - Specification P-562-0300 - Schedule of Supplies/Services - Price Fill In - USCG DWG 225B-WLB-562-001 - USCG DWG 225-WLB-561-003 - USCG DWG 225-WLB-562-002 - Barcoding Specification - USCG DWG 225B-WLB-562-003

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332111 — Iron and Steel Forging
 
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
HSCG40-14-Q-CW055
 
Point of Contact
Florence M. Harwood, Phone: 410-762-6888, Martine Duvall, Phone: 410-762-6207
 
E-Mail Address
florence.m.harwood@uscg.mil, martine.m.duvall@uscg.mil
(florence.m.harwood@uscg.mil, martine.m.duvall@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCG DWG Barcoding Specification USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG USCG DWG Schedule Of Supplies/Services - Price Fill In Specification for Rudder Overhaul P-562-0300 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with Part 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. 2. All correspondence regarding this acquisition shall reference Request for Quotation (RFQ) Number HSCG40-14-Q-CW055. 3. This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. 4. This RFQ is NOT set aside for Small Business; therefore, all responsible sources may submit a quotation which shall be considered by the agency. The applicable North American Industry Classification Standard Code (NAICS) is 332111. The Small Business size standard is 500 employees. 5. Quotes are to be submitted on the attached pricing sheet entitled "Schedule of Supplies". 6. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) WMEC Product Line intends to award a firm, fixed price contract for the overhaul of rudder assemblies in support of the 225' WLB Class Buoy Tenders, in accordance Coast Guard Specification P-562-0300 and applicable CG Drawings. 7. Delivery: The Government requires delivery of supplies within 120 calendar days after award, or sooner, in accordance with FAR 52.211-8, Time of Delivery (June 1997). The offeror's proposed delivery time shall be included with their quote. If delivery times differ for individual line items, please include that information. If a proposed delivery time is not provided, the required delivery time shall apply. (a) FOB: Offerors are requested to submit pricing on the basis of FOB: Destination to the U.S. Coast Guard SFLC, 2401 Hawkins Point Road, Receiving Room, Bldg 88, Baltimore, MD 21226. Deliveries are accepted M-F, 7:00 a.m. - 1:00 p.m., EST. If proposing FOB Origin shipping terms, Offerors shall include estimated shipping costs with their offer. (b) Preservation, Packaging, and Marking: Rudder assemblies shall be preserved, packaged, marked and bar-coded in accordance with Paragraphs 5.0 through 5.4 of Specification P-562-0300. NOTE: Failure to prepare for shipment any item, and/or mark all packages, boxes, etc., as indicated herein may result in REJECTION of the shipment and return of the shipment at the contractor's expense. (c) Packing List: All material shipped or delivered to the U.S. Coast Guard Surface Forces Logistics Center under this contract must be accompanied by an itemized packing list that cites the proper contract and delivery order number. Each packing unit shall have a list of all items contained in that unit, and a duplicate list shall be attached to the outside of the package in a waterproof envelope securely attached in a conspicuous place, but so located as to reduce the possibility of loss in shipping and handling. (d) Quality Assurance Inspection (QA): The Contracting Officer shall be notified at least 7 calendar days prior to readiness for inspection. Final Inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. 8. 52.212-1, Instructions to Offerors-Commercial Items (APR 2014). The following addenda apply: (a) Submission: Quotes shall be submitted electronically to Florence.m.harwood@uscg.mil. All submissions shall reference HSCG40-14-Q-CW055. Along with the pricing submission, delivery and warranty terms, and required technical qualification information, offerors shall provide a valid DUNS, be registered with the System for Award Management (SAM) at www.sam.gov, and shall provide their company's Tax Identification Number (TIN) with their quote. PLEASE USE THE ATTACHED SCHEDULE OF SUPPLIES FOR SUBMISSION OF PRICING. (b) DHS Notice to Offerors: It is DHS policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit Other than Certified Cost or Pricing Data (in accordance with FAR 15.403-3) to support price negotiations. (c) REQUIRED TECHNICAL QUALIFICATIONS - The Offeror shall provide a written technical plan to clearly demonstrate their understanding of the requirement. Offeror(s) shall demonstrate their ability to successfully overhaul, test, package, mark and delivery rudder assemblies in accordance with this Request for Quote and Specification P-562-0300 and associated CG Drawings. Offeror(s) will be rated on their ability to perform each of the following elements: 1. Offeror shall demonstrate that they are legally able to procure or possess all required drawings and technical publications or have updated copies available at their facility. 2. Offeror shall demonstrate the capability to lift and handle a rudder stock weighing approximately 12,300 lbs and rudder blade weighing approximately 14,400 lbs. 3. Offeror shall provide evidence of the capability to provide sufficient on-site storage space to properly store Government Furnished Equipment (GFE) for the duration of the contract. "Properly store" is defined as enclosed, dry, and locked when unattended. 4. Offeror shall provide evidence of the ability to provide USCG Quality Assurance (QA) personnel with a separate area in which to perform QA inspections. The area must be a minimum of 2,000 square feet. This area shall contain the inspection, test equipment and necessary cranes for rudder blade and rudder stock handling. 5. Offeror shall demonstrate the capability to machine a rudder stock that is approximately 16 feet long and a rudder blade that is approximately 9 feet long and 12 feet high. 6. Offeror shall demonstrate the capability to manufacture steel keys in accordance with piece 14 of drawing 225-WLB-562-001 but with a minimum 70,000 yield (General Note 7 is an error on the drawing) Ref: Paragraph 3.3.2 of Specification 7. Offeror shall demonstrate the capability to fit the rudder stock taper to the rudder hub taper within a minimum range of 75% to 85% as verified by Blue Fit, and provide a record of the blue fit test with the overall fit percentage. Ref: Paragraph 3.3.3. o f Specification. 8. Offeror shall provide welding certifications for employees as specified for the following organizations: American Welding Society, American Bureau of Shipping, or Department of the Navy. Ref: Paragraph 3.4.2 of Specification 9. Offeror shall demonstrate the capability to flow coat internal rudder cavity using a suitable thread sealer after completion of flow coating. Ref: Paragraph 3.5 of Specification. 10. Offeror shall demonstrate the capability to sand blast rudder exterior in accordance with SSPS-SP10/NACW No. 2 or NACE No. 5/SSPC-S012 to WJ-2 and SC-1, using grit conforming to MIL-A-22262. Ref: Paragraph 3.6.1 of Specification. 11. Offeror shall provide evidence of an inspection system which meets the requirements of ANSI/ASQC-Q9003-1994. 12. Offeror shall provide evidence of a test equipment calibration program in compliance with ANSI/NCSL Z540-1, documented and traceable to the National Institute of Standards (NIST). Ref: Paragraph 4.6 of Specification 13. Offeror shall demonstrate the ability to preserve, package, mark and barcode each rudder assembly to withstand outdoor storage for two (2) years. Ref: Paragraph 5 through 5.4 of Specification. (d) FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required. (b) If the Contracting Officer determines that discussions regarding the proposed prices are necessary, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market, or other supporting information, including cost summaries, supplier quotes, or verifiable changes in the price of raw materials or components parts, that is adequate for evaluating the reasonableness of the price for this acquisition. (e) Responsibility - The Government reserves the right to perform Pre-Award survey for the purchase of further confirming the capabilities of the Offeror(s). The Offeror must be determined responsible in accordance with the standards of Federal Acquisition Regulation (FAR) Subpart 9.1 to be eligible for award. (f) Notice of Pre-Award Survey - Offerors are advised that the Government may contact potential contactors to ascertain their capabilities to perform the work specified in this solicitation. In addition to financial statements and credit rating checks, the Government may visit a prospective contractor's facility (s). Areas of interest on this survey may include, but are not limited to the following: 1. performance plan 2. quality assurance and control plans 3. personnel recruitment and training plans 4. workload factor for manpower utilization 5. management plan for handling peak workloads 6. production capability i. plant facilities, equipment and labor resources ii. purchasing and subcontracting iii. performance record and ability to meet delivery schedules 7. Offerors are advised that accomplishment of this survey is a part of the evaluation process and is not to be construed as an indication that an offeror will receive or is in the best position to receive the resultant award. 9. FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda apply: EVALUATION - Offers received in response to this request for quotations shall be evaluated on a best value basis considering the following factors, listed in order of precedence: i.) Technical Capability, ii.) Past Performance, iii.) Delivery Schedule, iv.) Total Price. The Government will award a contract resulting from this RFQ determined to provide the best value to the Government considering all non-price and price related factors. The evaluation of quotes submitted in response to this RFQ will be conducted using a "tradeoff" process to obtain the best value to the Government. A trade off will be made between cost and non-cost factors permitting acceptance of other than the lowest price offer. In determining best value, the total cost/price, including other cost factors is considered to be less important than technical merit. Past performance is considered to be of lesser importance than technical merit; however, the closer the merits of the combination of the Technical Plan and Past Performance are to one another, the greater will be the importance of price in making the award determination. In the event that two or more technical plan(s) and past performance reports are determined equivalent, award may be made to the lower priced quote, provided the price is reasonable. The Government intends to award a contract without discussions. If discussions are held the Government will conduct discussions with all firms that have provided an acceptable quote, and final quote revisions will be requested. The following shall be submitted with offeror's quote: a. Technical Plan - To be technically acceptable, offerors shall conform to the requirements as provided under addendum (1) to FAR 52.212-1, Required Technical Qualifications. b. Past Performance - The offeror shall submit at least two (2) relevant past performance references completed within the last three (3) years. Relevancy considers size and scope similar to the same type of services that are being solicited. Information shall include, at a minimum, full contact information, including email addresses for the reference, an applicable contract/order number, period of performance, and a brief description of the work performed. Offerors lacking relevant past performance history will receive a neutral rating for past performance. The offeror will be rated neither favorably or unfavorably; however, relevant past performance will be rated higher than neutral. c. Quote/Price - Offeror(s) shall submit their quote on the attached "Schedule for Supplies/Services" included as an attachment to this combined synopsis/solicitation. Award will be made on an ALL OR NONE basis, multiple awards will not be made. The evaluated price will be ascertained by adding together the cost for each line item to achieve a final price for evaluation purposes. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. The Government intends award without discussions unless the Contracting Officer determines that discussions are necessary. 10. FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2013)- (ii) Alternate I (MAY 2014). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 11. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2014). The following addenda apply: a) FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996). b) Invoicing: Submit invoices electronically to http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm or via postal mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark For: Contract Number as provided at time of award. Payment Terms; The Government's normal payment terms are NET 30; however, offerors may propose discounts for prompt payment. NOTE: Failure to submit a complete invoice to the office listed above may delay payment of invoice(s). Invoices shall be processed in accordance with the Prompt Payment Act (31 U.S.C.3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. The Contractor is encouraged to assign an identification number to each invoice submitted. 12. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUNE 2014) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 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)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 - Reporting Executive Compensation and First-tier Subcontract Awards (Jul 2013) 52.209-6 - Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Aug 2013) (31 U.S.C. 6101 note) 52.219-4 - Notice of Price Evalution Preference for HUBZone Small Business Concerns (Jan 2011) 52.219-8 - Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 - Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3 - Convict Labor (Jun 2003)(E.O. 11755) 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (Mar 2007)(E.O 11246) 52.222-35 - Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) 52.222-36 - Affirmative Action for Works with Disabilities (Oct 2010) (29 U.S.C. 793) 52.222-37 - Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010) (38 U.S.C. 4212) 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-1 - Buy American Act -Supplies (May 2014) (41 U.S.C.10a-10d) 52.225-5 - Trade Agreements (Nov 2013)(19 U.S.C.2501, et seq., 19 U.S.C. 3301 note) 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) (Executive Orders, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 13. Additional Contract Requirements: Unauthorized Instructions from Government Personnel (a) The Contractor shall not accept any instructions issued by any person employed by the U.S. Government or otherwise other than the Contracting Officer or the Contracting Officer's Representative acting within the limits of their authority. A Contracting Officer's Representative shall be designated in writing to the Contractor and shall set forth the scope of their authority. (b) No information, other than that which may be contained in an authorized amendment to this purchase instrument duly issued by the Contracting Officer, which may be received from any person employed by the Government or otherwise will be considered as grounds for deviation from any stipulations of the purchase instruments. Government Representatives (a) The Government may, upon contract award or thereafter, name representatives with titles such as Project Officer, Contracting Officer's Representative(s), and so on. Such individuals, IF APPOINTED, will be named in writing by the Contracting Officer. The letter of appointment will indicate the individuals, titles, and stipulate the rights, responsibilities, and limitations of their appointment. (b) In any event, no such named individual has the authority to issue any direction under this contract, either technical or otherwise, which constitutes a change to the terms, conditions, and price or delivery schedule of the contract. ONLY the Contracting Officer is authorized to alter the contract in any manner. Withholding Payment for Non-Delivery of Data (a) If technical data such as plans, drawings, reports, spare parts lists, repair parts lists, or the like, or instruction books (including manuscripts or printer's copy) or any part thereof, are not delivered within the time specified by this contract are deficient upon delivery, the Contracting Officer shall, at his/her discretion, withhold from each invoice a percentage of the contract price in accordance with the following table: When Contract Total Price is Percentage to be withheld is Less than $250,000 10% $250,000 to $1,000,000 5% Over $1,000,000 2% The withholding of any sums pursuant to this clause shall not be construed as, or constitute in any manner, a waiver by the Government of the Contractor's obligation to furnish the data required under this contract. In the event the Contractor fails to furnish these items, the Government shall have those rights and remedies provided by law and pursuant to this contract in addition to, and not in lieu of, the sum withheld in accordance with this clause. Marking of Warranted Items: Pursuant to the requirements of FAR 46.706(b)(5), the contractor shall stamp or mark the supplies delivered, or otherwise furnish notice with the supplies of the existence of the warranty. Markings may be brief but should include (1) a brief statement that a warranty exists; (2) the substance of the warranty; (3) its duration; and (4) whom to notify if the supplies are found to be defective. For commercial items, the contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and users to identify warranted supplies. Standard Commercial Warranty: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty and attach a copy of the warranty terms with their offer. Contractor Performance Assessment Report (CPAR) (a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor. This solicitation may incorporate one or more provisions and clauses by reference with the same force and effect as if they were given in full text. The full text of a provision or clause may be accessed electronically at the following link: http://farsite.hill.af.mil/vffara.htm. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) The following full text Clauses/Provisions are include and applicable to this acquisition: 52.209-7 - Information Regarding Responsibility Matters (JUL 2013) (a) Definitions. As used in this provision-"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).(b) The offeror [ _] has [_ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting more than 50 percent' for at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation: A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: 0 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; 0 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 0 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. HSAR 3052.212-70, Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sept 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: HSAR 3052.205-70, Advertisement, Publicizing, Awards, and Releases (Sep 2012) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). HSAR 3052.247-72 F.o.B. Destination Only 14. Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 15. Quotes shall be submitted electronically to the Contract Administrator listed below. Quotes are due by 6 August 2014, 2:00 pm, est. 16. Contract Administration: The contract administrator of the resultant contract shall be Kathryn Stark, Kathryn.E.Stark@uscg.mil. 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/HSCG40-14-Q-CW055/listing.html)
 
Record
SN03436948-W 20140726/140724235524-49893096d48ead1d651a4a447dd45ada (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.