DOCUMENT
20 -- RIGHT HAND & LEFT HAND PROPELLERS FOR 75WLIC - Attachment
- Notice Date
- 2/11/2009
- Notice Type
- Attachment
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-6MF120-121
- Archive Date
- 3/13/2009
- Point of Contact
- Robert Orofino,, Phone: 410-762-6503, Kelly A. Wyatt,, Phone: 410-762-6472
- E-Mail Address
-
Robert.R.Orofino@uscg.mil, Kelly.A.Wyatt@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The USCG Engineering Logistics Center has a requirement to procure the following items. Offers may be submitted on company letterhead stationary and must include the following information: (1) 2010-01-534-9095, Propeller, Left Hand, P/N 75-WLIC-245-001 LH, quantity 2 each (2) 2010-01-534-9089, Propeller, Right Hand, P/N 75-WLIC-245-001 RH, quantity 2 each (3) Preservation, Packaging, and Marking, quantity 4 each Propellers shall be manufactured, tested, inspected, preserved, packaged, and marked in accordance with U.S. Coast Guard Specification Number P-245-0146 and Coast Guard Drawing Number 75WLIC-245-001 (Attached). Offerors shall be required to submit final test and inspection reports for approval for each Propeller prior to final Quality Assurance Inspection. Inspection shall take place by a Government Quality Assurance Representative at the Contractor’s facility. The Contractor shall be required to contact the Contracting Officer at least fourteen calendar days prior to being ready for final inspection. Acceptance shall be at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Shipping costs shall be included in the price of the Propellers. DELIVERY SCHEDULE - The delivery schedule shall be as follows: Final Test & Inspection Reports - shall be submitted 75 calendar days from the date of award Coast Guard Review - 7 calendar days after receipt of Inspection Reports Propellers - shall be submitted 105 calendar days from the date of award This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-29 & FAC 2005-30 (Jan 2009), 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. This requirement is being synopsized as a full and open competitive acquisition under NAICS code 336999. The Small Business Size Standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a competitive purchase order shall be awarded as a result of this synopsis/solicitation. EVALUATION Award shall be made without discussions 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: (a) Estimated Price (c) Cost of Quality Assurance Inspection(s) (d) Past performance The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (Jun 2007)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-1, Buy American Act-Supplies Jun 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 02/26/2009, at 5:00 p.m. Eastern Standard Time. 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 General 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 cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG 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. 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 submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7722d81a13519d8ae89599e7153bdb81&tab=core&_cview=1)
- Document(s)
- Attachment
- File Name: Specification and Drawing (09Q6MF120-121SOW&DWG.pdf)
- Link: https://www.fbo.gov//utils/view?id=23a68113d8eb5e555459767ea895c50d
- Bytes: 3,216.31 Kb
- File Name: Bar Code Specification (barcodelongspec.doc)
- Link: https://www.fbo.gov//utils/view?id=477f5245259cf85ad2aa19c29c5dfa8e
- Bytes: 64.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Specification and Drawing (09Q6MF120-121SOW&DWG.pdf)
- Record
- SN01748685-W 20090213/090211220252-7722d81a13519d8ae89599e7153bdb81 (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 |