Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

58 -- Manufacture of Driver Coils - Additional Drawing - Addtional Drawing - Additional Drawing - Additional Drawings - Additional Drawings - Additional Drawings - Original Drawing - Addtional Drawing - Addtional Drawing - Original Drawing - SOW

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-16-Q-PC5013
 
Archive Date
9/1/2016
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Original Drawing S7093S S7092S Drawing Fixture Coil Driver Fixture Coil Driver S7091S S7096S S7090S S7097S Modification-2: Addtional Drawings added Modification-1: The Response date is hereby extended to July/28/2016 at 7am est. Addtional Technical Drawings will be uploaded the week of July/05 to this RFQ. If requested to the Contracting Officer, the USCG will provide a non functioning sample Item FA-232 Magnetic Coil to a Contractor to evaluate before making a Offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ Rev HSCG44-16-Q-PC5013. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-88. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 335999. The SBA size standard is 500 employees. This IS A TOTAL Small Business Set-A-Side. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA intends to have FA-232 Driver Coil Units Manufactured per attached Drawings #S-7098-S SHT 1-4, #S-7097S and per attached Statement of Work (SOW) for the Initial Tooling and the First Article Testing of four (4) each Driver Coils prior to the manufacturing of the full amount of 250 each, see Schedule B below. The USCG has Rights to the attached Drawings and the Rights to manufacture parts/items from the Drawings as of 07/30/2014. In order to be considered for P.O. Contract Award, the Offeror is required to Fill Out the Proposed Delivery Table Schedule of FAR 52.211-8 below, and provide that completed Table with their Proposal. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. Please see the Delivery Table Below in Clause 52.211-8. All items are required to be shipped to USCG C3CEN, 4000 Coast Guard Blvd., Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Jul/5/2016 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes are to be emailed to D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is Jul/8/2016, this date is approximate and not exact. PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: 1 JB of - Initial Tooling for newly manufactured FA-232 Driver Coil Units for First Article Components per Drawing Attached #S-7098-S, #S-7097S and described in the Statement of Work _______________ Line Item 2: 4 Ea of - First Article Testing Items Driver Coil Units (See Delivery Table, FAR 52.211-8) of the manufactured FA-232 Driver Coil Units IAW SOW _____________________ Line Item 3: 250 Ea of - Newly Manufactured FA-232 Driver Coil Units (See Delivery Table, FAR 52.211-8) IAW SOW Line Item 4: Shipping (If Applicable) _______________________ Total Cost Line Items 1-4: ______________________ The Following FAR Provisions/Clauses apply to this Solicitation: 52.209-4 First Article Approval-Government Testing. As prescribed in 9.308-2 (a) and (b), insert the following clause: FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989) (a) The Contractor shall deliver 4 units of Line Item 2 within 60 calendar days from the date of award of this contract to the Government at USCG C3CEN, 4000 Coast Guard Blvd. Portsmouth, VA for first article tests. The shipping documentation shall contain this contract number and the Line Item identification. The characteristics that the first article must meet and the testing requirements are specified in the SOW. (b) Within 21 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following the disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. NOTE: In order to be considered for P.O. Contract Award, the Offeror is required to Fill Out the Proposed Delivery Table Schedule of FAR 52.211-8 below, and provide that completed Table with their Proposal. FAR 52.211-8 - Time of Delivery (Jun 1997) (a) The Government Requires Delivery to be made according to the following Schedule: REQUIRED DELIVERY SCHEDULE LINE ITEM QTY REQUIRED DELIVERY 1. N/A 2. 4 EA within 60 Days of Contract Award 3. 250 EA within 60 Days of Notification of Approval of First Article Testing The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. NOTE: CONTRACTOR IS REQUIRED TO COMPLETE THE PROPOSED DELIVERY SCHEDULE TABLE BELOW OFFEROR'S PROPOSED DELIVERY SCHEDULE LINE ITEM QTY Delivery 1 _____________ __________________________ 2 _____________ __________________________ 3 _____________ __________________________ (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2014) to include Alt I (Dec 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. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Dec 2014) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2014) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov • The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (May 2007) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50 -- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129) FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) (31 U.S.C. 3332) FAR 52.233-3 -- Protest after Award (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004) • The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Jul 2013) and FAR Provision 52.204-8, Annual Representations and Certifications (Dec 2014). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c732181d68a0116af44f167344cceefc)
 
Record
SN04174567-W 20160709/160707235538-c732181d68a0116af44f167344cceefc (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.