SOLICITATION NOTICE
J -- Dynalco Controls Recip-Trap 9260/DR/RTwin
- Notice Date
- 8/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-08-Q-66RC95
- Point of Contact
- Jake M. Apolonio,, Phone: 5106375966, Brenda K. Hess,, Phone: (510) 637-5970
- E-Mail Address
-
jake.m.apolonio@uscg.mil, brenda.k.hess@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. Solicitation number is HSCG85-08-Q-66RC95 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. The NAICS Code is 333618. 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. The U.S. Coast Guard Maintenance and Logistics Command, Pacific has a requirement to procure the following equipment and services: (3) Dynalco Controls Recip-Trap 9260/DR/RTwin Version 9.2, Part No. 90272, Manufacturer: Dynalco Controls, with the following salient characterics: 4 channel, reciprocating engine mechanical condition and performance analyzer/data collector with rotating equipment vibration analysis capabilities. The unit tracks crankshaft rotation and each channel is capable of measuring/displaying/storing dynamic pressure, vibration and ultrasonic data from the supplied transducers. One channel displays and stores IR skin temperature measurements. The RT-WIN software 9.2 provides complete data display, trending and reporting capabilities once the data is dumped from the 9260/DR to the Software Support package (SSP). Technical documentation, software and hardware maintenance support, equipment calibration and basic set-up training shall be included as part of this line item. Each system shall include: Marker Kit: BETA-LINK with charger, magnetic pickup with trigger module (signal conditioning unit), high intensity timing light, and all cables; Power cylinder pressure kit: Two (2) 5000 psi DC Aqua-Probes and cables; Vibration Kit: Accelerometer, Two (2) magnet mounts, probe tip, channel-lock pliers, and cables; Ultrasonics Kit: Ultrasonic probe with adjustable gain, and cable; Temperature measurement kit: temperature probe, retractable cable; Tool Kit: Allen wrench (with handle), pump wrench, flex wrench; User Training: RTwin - Two students 5 days of training at Dynalco. This training will be provided at the time of delivery of the diesel traps. Spare Li-ion battery with charger and cables; Carrying Kit: Trap Sleeve with two straps and soft-side carrying bag; Qty. 3 each, (3) Spare Parts Kit to include 1 each of the following parts: Accelerometer, Part No. 02128; 8' Accelerometer/UT cables, Part No. 26383; 5' DC Aquaprobe cables, Part No. 26339; Sensors Optical Eye, Part No. 26447; Encoder: Magic Arm Kits, Part No. 05360, Qty. 3 Kits; Delivery is 30 days after receipt of award. It is the government's belief that only the Dynalco Controls Reci-Trap Model 9260/DR Engine Analyzer and spare parts are capable of meeting the government’s requirements. Technical data and/or drawings pertaining to these traps are proprietary to Dynalco Controls and cannot be furnished to potential offerors by the Coast Guard. However, potential sources desiring to furnish other than Dynalco Controls Recip-Trap Model 9260/DR/RTwin Version 9.2 Engine Analyzer are encouraged to submit proposals for other systems meeting the salient characteristics requirements listed above. Offerors proposing to furnish alternate products meeting all salient characteristic requirements shall also submit with their proposals the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered item (i.e. salient physical, functional, and serviceability characteristics, or 2) Data that the offered part has been satisfactorily manufactured for the Government or the Original Equipment Manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the information relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposals that simply offer to supply alternate products but do not supply the required technical information demonstrating the acceptability of the item will be disqualified as non-responsive. Inquiries/information received after the deadline for receipt of proposals will not be considered for this acquisition. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-08-Q-66RC95; (2) CLIN number, item name, part number, and unit/extended prices for all CLIN’s (3) proposed delivery after receipt of order in calendar days for each CLIN; (4) past performance information as required above (5) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; (6) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (7) Contractors full name, address, and telephone number. It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that Coast Guard 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 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 at 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. 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 forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commerical Items (JUN 2008). FAR 52.212-2, Evaluation, Commercial Items (JAN 1999); Technical Evaluation Factors are (i) technical capability of the item offered to meet the Government requirement, and (ii) past performance. The two technical evaluation factors are approximately equal in importance. Price is also an evaluation factor for award. Price and Technical factors, when taken together, are approximately equal in importance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUN 2008). The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246) (MAR 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (SEP 2006); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (SEP 2006); 52.225-1, Buy American Act-Supplies (JUN 2003); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (JUN 2008); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). FAR 52.211-6, Brand Name or Equal (Aug 1999) is also incorporated by reference. Closing date/time for submission of quotations is 12 SEP 2008 at 2:00 PST. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to MLCPAC (vpl), Suite 807N, 1301 Clay Street, Oakland, CA Attn: Jake M. Apolonio. Electronic offers submitted via FAX to (510) 637-5978 or by email to jake.m.apolonio@uscg.mil are acceptable and encouraged.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f144d5493065b47b159f4343f3015183&tab=core&_cview=1)
- Place of Performance
- Address: 1301 Clay St Suite 807N, Oakland, California, 94612, United States
- Zip Code: 94612
- Zip Code: 94612
- Record
- SN01655263-W 20080831/080829220733-f144d5493065b47b159f4343f3015183 (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 |