Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

61 -- Automatic Bus Transfer Switch (ABT) - JOTFOC - Ombudsman

Notice Date
1/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-R-60013
 
Archive Date
4/1/2010
 
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 JOTFOC (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-60013 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 2005-38 (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 335313 and the size standard is 750 employees for the requirement. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. PROPOSALS/PRICE QUOTES MUST BE FOB DESTINATION (v) CLIN0001: NSN: 6110-01-469-0661 - SWITCHING UNIT, AUTOMATIC BUS TRANSFER, (ABT) 100 AMPS, 450 VOLTS AC, 3 PHASE, 60 HZ, ELECTRO-MAGNETIC SWITCH OPERATION, DRIP-PROOF ENCLOSURE, APPLICATION 3- 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-17773C(SH) REF QPL-17773-55 - GOVERNMENT DESIGNATION No. ABT-4A3-100D QUANTITY: 14 each, DELIVERY DATE: 09/01/2010 PART NBR: A94231009A3D CLIN0002: NO COST CLIN FOR ALL INSPECTION/TEST REPORTS FOR QUALIFICATION AND CONFORMANCE SHALL BE SUBMITTED TO U.S. COAST GUARD CONTRACTING OFFICER FOR QUALITY ASSURANCE APPROVAL AT TIME OF SHIPMENT. QUANTITY: 14 each, DELIVERY DATE: 09/01/2010 PACKAGING REQUIREMENTS: MOST IMPORTANT IS THAT EACH ITEM AS DEFINED 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 COAST GUARD 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 NOMENCLATURE: 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’S EXPENSE. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a limited source basis purchase order will be issued for this requirement to vendors certified on Qualified Products List – QPL-17773-55 and MIL-PRF-17773C(SH) and/or their authorized distributor. It is the Government’s belief that only vendors certified on QPL-17773-55 and MIL-PRF-17773C(SH) or their authorized distributors can furnish these parts and services and ensure the proper fit, form and function of all its components. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services by submitting: (1) Verification that they are listed and certified on QPL-17773-55 and MIL-PRF-17773C(SH); (2) Submit proof of Certification on QPL-17773-55 and MIL-PRF-17773C(SH ); (3) Must provide Salient characteristics of Clin 1 description. The government does not intend to pay for any information solicited. BRAND NAME OR EQUAL – ANY PROPOSALS SUBMITTED AS OR EQUAL MUST BE LISTED AND CERTIFIED ON QPL-17773-55 AND MIL-PRF-17773C(SH) TO 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) Verification that they are listed and certified on QPL-17773-55 and MIL-PRF-17773C(SH). (2) Proof of certification on QPL-17773-55 and MIL-PRF-17773C(SH). (3) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics). (4) Data that the offered parts have been satisfactorily manufactured for the government as required on QPL-17773-55 and MIL-PRF-17773C(SH). (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-60013. 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: SALIENT TECHNICAL EVALUATION FACTORS 1.Ability to meet exact requirements of MIL-PRF-17773c(SH). 2.Approved on QPL-17773-55 3.Ability to provide required data and meet fit, form and function of all components without any alterations. 4.Meet required delivery date of: 09/01/2010. The Government will award to lowest price technically acceptable based on the above Technical Evaluation Factors. (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 (Dec 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 February 8, 2010. 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 January 29, 2010. (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-60013/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg 88, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02053695-W 20100131/100130000130-e560d97682f35c2944673b6fb14067f6 (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.