Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

20 -- Overhaul Kit for Main Diesel Engine

Notice Date
9/12/2017
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG80-17-Q-P45L35
 
Archive Date
9/29/2017
 
Point of Contact
Florence M. Harwood, Phone: 410-762-6289
 
E-Mail Address
florence.m.harwood@uscg.mil
(florence.m.harwood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 12.603 and 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only request for quotations (RFQ) and a written RFQ will not be issued. ii. All correspondence regarding this acquisition shall reference RFQ Number HSCG80-17-Q-P45L35. iii. This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. iv. 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 336611. The Small Business size standard is 1250 employees. v. The USCG Medium Endurance Cutter (MEC) Product Line has a requirement and is requesting quotation for the following part : 1. Top End Overhaul Kit for NO. 1 Main Diesel Engine onboard 210'-B class vessel, P/N 2500861, 1 Job ( all parts are to be provided and delivered as a kit) vi. It is anticipated that a non-competitive purchase order will be awarded to Fairbanks Morse LLC, the Original Equipment Manufacturer (OEM), as a result of this request for quotation. Parts shall be certified OEM parts only. The OEM holds the proprietary rights to all technical documentation. Drawings, specifications and technical data proprietary to the OEM cannot be furnished by the Government. Concerns having the expertise and required capabilities to provide these same items are invited to submit complete information which shall include a letter from the OEM verifying the offeror is an authorized distributor and verifying only genuine, certified OEM parts will be supplied. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), WMEC Product Line, intends to award a firm, fixed price purchase order. vii. Quote to be submitted by: 15 SEPTEMBER 2017, 1 PM, EST. Delivery: The Government requires delivery of complete overhaul kit onboard CGC DAUNTLESS on 18 December 2018. (a) FOB: Pricing shall be submitted on the basis of FOB: Destination to the USCGC DAUNTLESS, Galveston, TX 77553-1942 OR possibly Pensacola, FL. Exact homeport location will be determined after award. If proposing FOB Origin shipping terms, Offerors shall include estimated shipping costs (for each destination) with their offer. 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://www.acquisition.gov. viii. FAR Clause 52.212-1, Instructions to Offerors-Commercial Items. The following addenda apply: (a) Submission: Quotes shall be submitted electronically to Florence.m.harwood@uscg.mil. All submissions shall reference HSCG80-17-Q-P45L35. ix. Evaluation. Award will be made to the contractor submitting a quotation that represents the lowest, technically acceptable, price. The Offeror shall be determined responsible in accordance with the standards of Federal Acquisition Regulation (FAR) Subpart 9.1, to be eligible for award. Technical Acceptability: The information submitted shall include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine, certified OEM parts. x. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items An offeror shall ensure annual representations and certificates have been completed electronically at System for Award Management (SAM) website. xi. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items. The following addenda apply: a) Invoicing: Submit invoices electronically to: fin-smb-invoices@uscg.mil or via postal mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark Invoices For: Purchase Order 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. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 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)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 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 (Oct 2016) (Pub L 109-282) (31 USC 6101 note) 52.209-6 - Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Oct 2015) (31 U.S.C. 6101 note) 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41. U.S.C. 2313) 52.219-8 - Utilization of Small Business Concerns (Nov 2016) (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 (Oct 2016)(E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) 52.222-26 - Equal Opportunity (Sept 2016)(E.O 11246) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 - Combating Trafficking in Persons (Mar 2016)(22 USC chapter 78 and E.O. 13627) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-3 - Buy American Act-Free Trade Agreements (May 2014)(41 U.S.C. 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)(31 USC 3332) xiii. Vendors shall have a valid DUNS number and be registered with the System for Award Management (SAM) to be eligible for award. xiv. Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. xv. Quotes shall be submitted electronically to the Contract Administrator listed below. Quotes are due by 15 September 2017, 1:00 pm EST. xvi. Contract Administration: The contract administrator of the resultant contract shall be Florence Harwood, Florence.m.harwood@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-17-Q-P45L35/listing.html)
 
Record
SN04674188-W 20170914/170912232933-43335833619774c4320e7d850e643cb9 (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.