Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2009 FBO #2761
SOLICITATION NOTICE

43 -- PUMP REPAIR

Notice Date
6/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping 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-6MD566
 
Archive Date
7/15/2009
 
Point of Contact
Thomas J. Richmond, Phone: 4107626957, Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
thomas.j.richmond@uscg.mil, Scott.A.Wood@uscg.mil
(thomas.j.richmond@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement to Open, Inspect, Report, and Repair the following: 1) 4320-01-206-4721, PUMP UNIT, CENTRIFUGAL, GOULDS PUMPS INC. P/N U762C801, MODEL # 3655M 2X2-1-1/2X9, QUANTITY: 4 EACH. NOTE: No substitute or after-market parts shall be authorized for the repair of these PUMPS. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility. ITEM NAME: PUMP UNIT,CENTRIFUGAL STOCK NUMBER: 4320-01-206-4721 SHELF LIFE CD 0 PART NUMBER: U762C801 USED ON 110 BILGE PUMPING SYSTEM Items as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. OVERHAUL DESCRIPTION 1. Scope: This overhaul description sets forth the requirements to inspect and overhaul the item described below for ELC stock replenishment. 1.1 Government Furnished Property (GFP): NSN: 4320-01-206-4721 Name: PUMP UNIT, CENTRIFUGAL P/N: 3655M 2X2-1-1/2X9 Serial No: 702E194 Manufacturer: Gould’s Pumps, Inc. Application: 110' WPB Bilge Pumping System. 1.2 General Description: All bronze centrifugal pump unit, monel fitted, 120 GPM, 1750 RPM, with close coupled, Open Drip Proof (ODP) marine duty, 5 HP, 460VAC, 3 PH, 60HZ electric motor. 1.3 Responsibility for GFP: The contractor shall assume responsibility for the safe handling and overall care of the pump unit while in his possession. 1.4 Disclaimer: The overhaul requirements described herein are the minimum necessary and are not intended to replace any procedures, controls, examinations or tests normally employed by the contractor to assure the quality of the product. 2. Referenced Documents, Government: a) TP-2936, Technical Publication for Bilge Pump. b) Manufacturers Drawing: C01836A (not included) c) Federal Standard, FED-STD-595b Colors Used In Government Procurement d) ELC Specification D-000-0100 Rev. G. (Dtd. 06/06) Bar coding For U.S.C.G. ELC Material. 2.1 Commercial Documents: a) ANSI/NCSL Z540-3-2006, Dated 1/1/2006, Requirements for the Calibration of Measuring and Test Equipment. b) ANSI/ASQC Q9001- 2000, Dated 1/1/2000, Quality Management Systems - Requirements. c) The Society for Protective Coatings, SSPC-SP 10, Near White Blast Cleaning Dtd. Sept. 2000. d) Goulds Bulletin No. 710.1 (not included). 2.2 Precedence: In the event of a conflict between the text of this statement of work and the referenced documents cited in section 2, this statement of work shall take precedence. 3. Requirements: The contractor shall provide all labor and materials to perform overhaul services on the Goulds Centrifugal Pump Unit identified in section 1.1. Overhaul services shall pertain to the entire "pump unit" referencing both the pump and motor. 3.1 Preliminary disassembly and inspection shall be conducted to determine estimated cost of overhaul including material, labor, testing, preservation, packing and marking costs. A detailed estimate shall be submitted to the Coast Guard Contracting Officer for approval prior to the start of overhaul work. Estimate shall include overhaul and testing of both pump and motor sections. Overhaul is intended to restore the pump unit to a condition that is equal to that of a new Goulds pump model 3655 2X2-1/2-9 pump unit. Contractor shall immediately notify the Coast Guard Contracting Officer if the make and/or model delivered for overhaul services does not conform to the intended make and/or model cited in section 1.0 above, or is questionable for any reason. 3.2 Replacement Parts: All replacement parts used in the overhaul shall be new original OEM Pump parts. Reclaimed, recycled or aftermarket parts are not acceptable and shall not be used. Parts not normally manufactured by the OEM, such as seals and ball / roller type bearings, shall be equal to the quality of such parts originally installed by the OEM, but are not required to be supplied by the OEM. 3.2.1 Zirc Fittings: All zirc fittings shall be replaced with new stainless steel zirc fittings with plastic caps on each fitting. 3.2.2 Decal: A decal or permanent type label shall be affixed to the side of the pump unit informing the user of the manufactures recommended amount and type of grease to be used. 3.2.3 Pipe Plugs: All pipe plugs shall be replaced with new grade 316 stainless steel pipe plugs. The stainless steel grade shall conform to ASTM A 276 or equal standard. Plugs shall be installed using Teflon tape or equal thread sealer. 3.2.4 Label Plates: Remove any label plates and replace at the conclusion of painting. New label plates shall be used if the original plate is not legible or in poor condition. Label plate shall contain pump unit make, model and serial numbers as well as all pump unit performance information as a minimum requirement. 3.3 Special Instructions: Any pump unit delivered for overhaul having packing glands shall be converted to mechanical seal assemblies as part of the overhaul. The Contractor shall include conversion work and parts in the overhaul estimate if found necessary. 3.4 Disposition: The Coast Guard shall determine the disposition of any pump unit delivered for repair that is found to be not suitable for repair for whatever reason. 3.5 Paint Removal: Removal of existing paint shall be accomplished by abrasive blast to near white metal in accordance with SSPC SP-10 where practicable. Equal means of paint removal is acceptable where grit blast poses a risk of damage to internal components and cannot be properly protected from blasting operation. Remove any label plates and replace at the conclusion of painting. 3.6 Painting: Painting of bronze pump housing is not necessary. Motor housing shall be painted in accordance with the motor OEM standard new paint practice. Color of finish coat shall be Machinery Gray in accordance with Federal Standard 595B color number 26307. Paint shall result in a 3-milligram minimum dry film thickness. 3.7 Testing Requirements: 3.7.1 Testing: After completion of overhaul, contractor shall conduct the following described tests. All tests shall be witnessed by a Coast Guard Quality Assurance Representative (QAR). All testing shall be accomplished on contractor supplied calibrated test equipment. Any failed pump unit shall be repaired and re-tested as necessary until a successful test is achieved. 3.7.2 Drive Motor: The drive motor supplied on the pump shall be reconditioned to a like new condition as part of the pump overhaul services. The drive motor is rated at 5 HP, 460 VAC, Three Phase, 1750 RPM, 60 HZ. Motor shall be disassembled and all parts thoroughly cleaned. As a minimum, mandatory replacement parts shall include upper and lower bearings and all gaskets. All other motor parts worn or damaged beyond manufacturer's tolerances shall be repaired or replaced as determined by the Contractor. 3.7.3 Motor windings shall be baked to thoroughly dry of any moisture that may be present within the windings. Check resistance of any contaminants between the windings and ground by megohmmeter or equal test. Depending on the condition of winding insulation, windings shall be re-dipped in a qualified insulation material or otherwise, manufacturers recommended insulation material, as determined by the contractor's inspections and/or conducted testing. Bake re-dipped windings until thoroughly dry and reassemble motor onto the pump. 3.7.4 Motor Certification: Contractor shall provide written certification that the motor was reconditioned to the same standards as new. 3.7.5 Rotational Test: To ensure the pump turns freely and without bind, the pump rotor assembly shall be rotated 10-20 times by the use of a strap wrench or other non-damaging tool. The QAR shall inspect for smoothness of rotation and check for signs of binding. Contractor shall investigate any questionable test results and correct as necessary. 3.7.6 Operational Test: Operational Test: The pump assembly shall be run with fluid in a test tank for testing. The pump shall meet the flow curve to a tolerance of +/- 5% as a brand new pump. During the tests the bearings and seals shall be monitored. Ensure the pump has no leaks. Any binding or unusual noise such as squealing coming from the pump during this test shall be corrected and retested after corrective work is complete. 3.7.7 Hydrostatic Test: Contractor shall conduct a hydrostatic test using clean fresh water or, otherwise OEM specified test fluid. Test shall be conducted to certify the integrity of the pump case and seal areas. Test shall be conducted at 202.5 PSIG (135% of 150 PSIG working pressure) for a fifteen (15) minute time period. Any sign of leakage shall be corrected and retested after corrective work is complete. 3.8 Test Report: The test results for the test shall be documented on a test report. A copy of the test report shall be packed with the pump assembly and a copy shall be turned over to the Coast Guard Representative. Report shall contain the following information as a minimum: a) Contractor name. b) Contract number. c) Date of test. d) Description of the test including test fluid used and test results. e) Name of the person conducting the testing. 3.9 Calibration: All test equipment and attached gages shall be calibrated and have a current calibration sticker. Calibration shall be traceable to National Standards. 3.10 Assembly: Overhauled pump and motor unit shall be delivered to the Coast Guard completely assembled and ready for installation. Contractor shall preserve, package and mark each pump and motor unit in accordance with part 5 below. 3.10.1 The Contractor shall supply a waterproof instruction sheet containing the manufactured alignment procedure. The sheet shall be placed with the pump inside a polyurethane bag required in part 5.1. 3.11 Responsibility for Inspection: The Contractor shall be responsible for the performance of all inspection requirements specified herein. The Contractor shall provide space, personnel and test equipment for the conduct of all inspection requirements. All inspection and testing shall be performed at the Contractors facility prior to the Coast Guards acceptance of the contracted items. The Coast Guard reserves the right to verify or have performed any of the inspections set forth herein where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. The Coast Guard intents to have QA perform inspection on all pumps. 3.12 Notifications & Inspections: The contractor is responsible for notifying the Contracting Officer no less than seven (7) calendar days prior to the contractor being ready for any Quality Assurance (Q.A.) inspections or testing required herein. 4.0 Quality Assurance 4.1 General: The Contractor shall maintain an inspection system to ensure each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system shall be in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-2. The system shall be documented and available for review by the Coast Guard Quality Assurance Representative. 4.2 Records: The contractor shall maintain records of all inspections and tests. The records shall indicate the nature and number of performed observations, the number and type of deficiencies found and the corrective action taken. 4.3 Contractors Calibration System: The test facility shall be required to maintain a test equipment calibration program in compliance with ANSI/NCSL Z540-3. The program shall be documented and traceable to the National Institute of Standards (NIST). 4.4 Inspections and Tests: The inspections and tests required herein are the minimum necessary and are not intended to replace any controls, examinations, or tests normally employed by the contractor to assure the quality of the product. The following are required: a) Operational and Hydrostatic tests required by part 3.7. b) Test Report, part 3.8. c) Paint thickness specified in 3.6. d) Preservation, Packaging and Marking requirements. 5. Preservation Packaging and Marking: 5.1 Preservation - Any overhauled pump unit is intended for warehouse storage and not for immediate installation. Therefore, it is critical that the contractor ensures that the overhauled pump unit undergo the below preservation requirements: a) Pump shall be drained of and dried of all test fluid. b) Intake and discharge ports shall have plastic cap inserts or wood covers installed with a desiccant pouch stapled to the inside of each cap or cover. c) Each zirc fitting must be capped with red zirc caps. d) Each pump unit shall be bagged in an 8 mil minimum thickness translucent polyurethane bag with at lease four (4) 4 ounce desiccant packs in the bag. Bag opening shall be sealed closed with a plastic tie wrap. 5.2 Packaging: Each overhauled and preserved pump unit shall be individually packaged in its own framed in wooden crate. The crate shall be assembled with stainless steel wood screws. Pump unit shall be bolted to the inside of the crate and shall be constructed in such a manner as to prevent the pump unit from shifting within. Crate shall be capable of protecting the pump unit from damage during multiple shipments by commercial carrier. 5.3 Marking: Shipping container shall be stenciled with black enamel paint with the information as laid out below. Stencil shall be applied directly on the container and be 1/2 inch minimum height black characters on a white painted background. NOTE: ALL PREVIOUS MARKINGS AND / OR QUALITY ASSURANCE DECALS SHALL BE COMPLETELY REMOVED FROM A REUSABLE SHIPPING CONTAINER PRIOR TO THE APPLICATION OF ANY NEW MARKINGS. The following information shall be included in the markings: NSN: 4320-01-206-4721 Item Name: PUMP UNIT, CENTRIFUGAL P/N: 3655M 2X2-1-1/2X9 Shipping Weight: AS DETERMINED BY CONTRACTOR Government Contract No. SEE CONTRACT Wording: Coast Guard ELC Material Condition A, 1 ea." 5.4 BAR CODING: The stock number shall also be bar coded in addition to the numerical marking. a. All bar coded labels shall be in accordance with ELC Bar Coding specification number D-000-100 Rev. G. 1. The actual labels shall be Type "V", Grade "C", Style 2", Composition "a". 2. The Bar Code Label can be applied separately or as part of the marking required in 5.3. Acceptance: Acceptance will be made at destination by a government representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order and contractors conformance to preservation, packing and marking requirements. 6. Notes: Source of Documents: Commercial: Steel Structures Painting Council 40 24th Street Pittsburgh, PA 15222 (412) 281-2331 DOD and NAVY Publication and Forms (Other than DODSSP) 5801 Tabor Ave. Philadelphia Pa. 19120 215-697-2197 American National Standards Institute (ANSI) 25 West 43rd Street, 4th Floor (Between 5th and 6th Avenues) New York, NY 10026 212-642-4900 National Conference of Standards Laboratories (NCSL) 2995 Wilderness Place, Suite 107 Boulder, CO 80301-5404 303-440-3339 WARRANTY: A. Standard Manufacturer's Warranty B. Item being repaired as an "onboard repair" or a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for days after installation for a period of up to two (2) years after delivery to Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. PRESERVATION / PACKAGING: A. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. B. See Attachments PACKAGING AND MARKING FOR SHIPMENT: A. Each unit shall be packed individually in its own wooden box which shall be capable of providing adequate protection to the item during multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER: 4320-01-206-4721 ITEM NAME:PUMP UNIT, CENTRIFUGAL PART NUMBER: U762C801 GOVERNMENT ORDER NUMBER: as on contract and the words: "Coast Guard ELC Material, Condition "A". B. See Attachments This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-31 (MAY 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. The NAICS code for this solicitation is _333613 and the Small Business Size Standard is _500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only GOULDS PUMPS, and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within _3 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted on company letterhead stationary and must include the following information: (1) Loaded Labor Rate: __________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per PUMP: $____________ (This price shall be the price the Government shall be obligated to pay if any PUMP is determined to be beyond economical repair). (3) 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 Repair Description). (4) Replacement cost for new PUMP S (if available): $_____________ (5) FOB Origin or FOB Destination. NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. DELIVERY SCHEDULE The delivery schedule shall be as follows: 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 Repaired PUMP S (when authorized) - 45 calendar days after receipt of Contracting Officer’s authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Repair Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each PUMP. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. TESTS/INSPECTION - Any testing requirements identified in the Repair Description shall be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. 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) Technical ability to provide genuine OEM parts. (b) Estimated Price (c) Cost to ship GFP to Contractor’s facility (d) Cost of final Quality Assurance Inspection(s) (e) Past performance THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION APPLIES TO THIS SOLICITATIION AND ANY SUBSEQUENT PURCHASE ORDER THAT MAYBE ISSUED FROM THIS SOLICITATION: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (May 2009); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. 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 (MAY 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 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 (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(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); 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).; 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 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. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 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 __June 30TH, 2009, at __12:00__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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-Q-6MD566/listing.html)
 
Record
SN01846795-W 20090618/090617000413-901d2c858e795bc88adf2806ab67b53a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.