Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

59 -- OPERATOR INTERFACE CONTROL

Notice Date
7/6/2020 6:37:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520Q39044B00
 
Response Due
7/18/2020 9:00:00 AM
 
Archive Date
08/02/2020
 
Point of Contact
GINA BARAN, Phone: 4107626352, Fax: 4107626570, Joel L. Ochoa, Phone: 4107626639
 
E-Mail Address
gina.m.baran@uscg.mil, joel.l.ochoa@uscg.mil
(gina.m.baran@uscg.mil, joel.l.ochoa@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USCG Surface Forces Logistics Center IBCT Product Line has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: NSN: 5998-01-463-4862 P/N: 107227 QUANTITY: 2 ����������� UNIT OF ISSUE: EA MFG: CARDION INC. Items as received by the contractor must be complete and of the proper cited part number.� Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Item shall be inspected IAW the attached Scope of Work to determine the extent of required overhaul.� This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-84 (October 2015), 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 336611. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. It is the Government�s belief that only AIMTRON SYSTEMS LLC and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF AIMTRON SYSTEMS LLC, AND PROVIDE WRITTEN DOCUMENTATION FROM AIMTRON SYSTEMS LLC. Concerns having the expertise and required capabilities to repair these items are invited to submit complete FOB DESTINATION PREFERRED. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. Quotes may be submitted to gina.m.baran@uscg.mil, no later than JULY 18, 1200pm EST and must include the following information:� I. PRICING: (1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________�������� (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2) Inspection Charge per Item: ��$ __________��� x �02� EA $__________���� (This price shall also be the price the Government will be obligated to pay if any OPERATOR INTERFACE CONTROL ARE determined to be beyond economical repair). (3) Estimated Labor Charge to Repair Each Item: ���____���� HRS ��x���� $ ________�� (Labor Rate) = $ ______�� (This cost shall only be used by the U.S. Government to estimate final repair costs.� The actual charge will be negotiated based on the inspection report.)� (4) Preservation, packaging, and marking: $ ___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5) Mandatory Replacement Parts: (Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.) (6) Contingency Replacement Parts: ������ (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.) (7) Replacement cost for new Item (if available):�� $ ___________�� (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: ����$ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) Deliver to: USCG Surface Forces Logistics Center Receiving Room - Building 88A 2401 Hawkins Point Road Baltimore MD, 21226-5000 (9) Place of Performance*: ________________________________________________________ *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order. II. DELIVERY SCHEDULE Our requested delivery schedule is as follows: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __5___ calendar days from receipt of items by the company. Inspection Report(s) - __14___ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - _______ calendar days after receipt of Contracting Officer�s authorization to proceed� If the required delivery schedule cannot be met, please indicate a proposed schedule below: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� _____ calendar days from receipt of items by the company Inspection Report(s) - ____ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - _____ calendar days after receipt of Contracting Officer�s authorization to proceed� III. TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION In accordance with FAR part 6.1 award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. Technical Capability. Technical capability shall be evaluated on the company�s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items. � � 2. Past Performance.� ��� Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement.� Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.� The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company�s past performance.� The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office. 3. Delivery Schedule (if applicable).� [Any other factors that may be important to the Government for this solicitation may also be included in this section � i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS � SEE ATTACHEMENT. DUNS NO: TAX ID: NAICS CODES:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd95b39a790d42069b23da1742d676f5/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05712319-F 20200708/200706230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.