SOLICITATION NOTICE
20 -- Automatic Bus Transfer Switching Unit - Ombudsman
- Notice Date
- 11/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- 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
- HSCG40-10-R-60007
- Archive Date
- 12/31/2010
- Point of Contact
- Tammy J. Forwood, Phone: 4107626228, Susanna J. Wiedmann, Phone: 410-762-6502
- E-Mail Address
-
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Ombudsman Notice (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-R-60007 applies, and is issued as Request for Proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 423610 and the size standard is 100 employees for the requirement. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. PROPOSALS/PRICE QUOTES MUST BE FOB DESTINATION (v) CLIN0001: SWITCHING UNIT, AUTOMATIC BUS TRANSFER, (ABT) 100 AMPS, 450 VOLTS AC, 3 PHASE, 60 HZ,MAGNETIC SWITCH OPERATION, DRIP-PROOF ENCLOSURE, CONFIGURATION TYPE 03- CONTROL CIRCUIT TIME DELAY, FULL PHASE PROTECTION ON NORMAL BUS, INSTANTANEOUS, NORMAL SEEKING, USED FOR NAVAL SHIPBOARD OPERATION, DIMENSIONS: 21" HIGH X 18" WIDE X 13" DEEP. 70 LBS. ABT TO MEET REQUIREMENTS OF MIL-PRF-17773S(SH) REF QPL-17773-55 - GOVERNMENT DESIGNATION #ABT-4A3-150 (D) QUANTITY: 14 each, DELIVERY DATE: 4 weeks, ARO PART NBR: A94231009A3* PACKAGING REQUIREMENTS: MOST IMPORTANT IS THAT EACH ITEM AS DEFINEED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD OF PACKAGING IS STANDARD COMMERCIAL DEFINED AS THE WAY ITEMS ARE SOLD AND SHIPPED TO THE PUBLIC OVER THE COUNTER (PROVIDING EACH ITEM IS INDIVUALLY PACKAGED) AND WILL PROVIDE PROTECTION TO THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR REDISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM WAREHOUSE FACILITY. MARKING REQUIREMENTS: MARKING: EACH ITEM AS DEFINED BY IT'S "UNIT OF ISSUE" SHALL BE MARKED IN CLEAR PRINTED LETTERING WITH THE FOLLOWING NOMENCALTURE: UNIT OF ISSUE, COAST GUARD 13 DIGIT STOCK NO., MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO.. NOTE TO VENDOR: FAILURE TO COMPLY WITH STATED PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN ALL MATERIAL BEING RETURNED TO VENDOR AT VENDOR EXPENSE. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. BRAND NAME OR EQUAL – ANY PROPOSALS SUBMITTED AS OR EQUAL MUST ENSURE THE PROPER FIT, FORM AND FUNCTION OF ALL ITS COMPONENTS WITHOUT ANY ALTERATIONS REQUIRED. IN ADDITION VENDORS SUBMITTING OR EQUAL PARTS ARE REQUIRED TO SUBMIT THE FOLLOWING INFORMATION WITHIN 3 WORKING DAYS OF THIS ANNOUNCEMENT FOR THE EVALUATION PURPOSE. THE SUBMISSION OF THIS DATA FOR REVIEW WILL NOT IMPEDE THE AWARD OF THIS SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO PAY FOR ANY INFORMATION SOLICITED. (1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics). (2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. (vii) Place of delivery is: USCG Surfaces Forces Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving Room Baltimore, MD 21226. Attn: HSCG40-10-C-60007. The delivery term is FOB DESTINATION. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with their offer. ADDENDUM to FAR 52.212-1 is FAR 52.211-6 Brand Name or Equal (Aug 1999). (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL EVALUATION FACTORS 1.Ability to provide exact part number listed in Clin 0001. 2.Ability to meet delivery terms of 4 weeks after receipt of order. 3.Ability to provide required data and meet fit, form and function of all components without any alterations required for or equal part. Technical evaluation shall be weighed with more importance when compared to pricing. The Government has the right and can award to other than lowest bidder based on the technical evaluations. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sept 2009). The following clauses listed in 52.212-5 are incorporated: A. 52.219-6 Notice of Total Small Business Aside (June 2003)(15 U.S.C. 644) B. 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009). C. 52.222-3 Convict Labor (June 2003)(E.O. 11755). D. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126). E. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). F. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). G. 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998)(29 U.S.C. 793). H. 52.222-50 Combating Trafficking in Persons (Feb 2009). I. 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d) J. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) K. 52.233-3 Protest After Award (Aug 1996)(31 U.S.C. 3553) L. 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) M. The following items are incorporated as addendum to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. N. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. O. 52.247-34 F.O.B. Destination (Nov 1991) (xiii) PROPOSALS ARE DUE BY 6:00 AM EST on November 13, 2009. Quotes may be faxed to (410) 762-6008 or emailed to Tammy.J.Forwood@uscg.mil. Contractors are responsible for verifying receipt of their quotes. The Government will not accept questions after 12:00PM EST on November 6, 2009. (xiv) POC is Tammy Forwood, USCG Contract Specialist, 410-762-6228.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-R-60007/listing.html)
- Place of Performance
- Address: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg 88 - Receiving, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01998100-W 20091106/091104235446-d1c81eb81f88478470908b3d44a7bec6 (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 |