SOLICITATION NOTICE
59 -- OPEN/INSPECT/REPORT
- Notice Date
- 3/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336322
— Other Motor Vehicle Electrical and Electronic Equipment 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
- 2110400B4200M021
- Archive Date
- 4/1/2010
- Point of Contact
- Patricia R. Johnson, Phone: 410-762-6493
- E-Mail Address
-
patricia.r.johnson@uscg.mil
(patricia.r.johnson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The USCG Surface Forces Logistics Cener (SFLC) Procurement Branch has a requirement for the folllowing: OPEN, INSPECT, AND REPORT and possible overhaul: 1) NSN 5998- 01- 503- 3380. 73 RADAR SCAN CONTROL.. RSC, MFG. RAYTHEON CO PART NO. 1721817-102. QTY (31 EA); FOB Destination delievery to USCG SFLC, Baltimore, Maryland, 21226 on or before 06/25/10.Note: No dwgs, specifications or schematics are available from this agency, a copy of the overhaul description can be obtained through the purchasing agent. It is anticpated that non-completitive sole source purchase order will be issued for this item to: Raytheon Electronics Systems or their authorized dealers/distributors/repair facilities, can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the experitise and required capabilities to furnish the above items are invited to submit complete information discussing the same in dubplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than Raytheon Marine parts are required to submit the following information: 1)Complete and current engineering data to demonstrate the acceptability of the offered repair parts (i.e. salient physical, funcitonal and serviceability characteristics) or 2) Data that the offered repair parts have been satisfactorily manufacturered for the government or the orignal equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal 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. Quotation shall include Open/Inspect/Report cost, loaded hourly rate, replacement cost for new, proposed delivery in days, pricing for item(s) individually preserved, packed, and marked (Specificaitons are available upon request.) All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined synopsis/ solicitation for commercial overhaul prepared in accoardance with subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement consititures the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naics Code for this solicitaiton is 336322. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Comercial Items(Jan 2004); 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors.-(Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alt 1 included; FAR 52.212-4 Contract Terms and Condiitions-Commerical ORders, Commercial Items (OCT 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Vexterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 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.). 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following items are incorporated as Adendda to this solicitaiton: USCG /SFLC SP-PP&M-00l DATED 05/95 REVISION D 10/00 PRESERVATION, PACKAGING & MARKING PRESERVATION – Each piece or assemblies that make up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING – Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION – Unit packs can be unitized as specified in ASTM-D3951. MARKING – Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES – Shall be marked as specified herein. National Stock Number/ Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words “COAST GUARD SFLC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD SFLC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD SFLC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD SFLC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD SFLC MATERIAL” “MULTIPACK” USCG/ELC SP-PP&M-00l, DATED 05/95, REVISION D 10/00 BAR CODING – All bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC1. ALL Stock numbered items shall be bar coded. a. The standard marking required in MARKING for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. b. The stock number or numbers, and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. c. All HRI shall be placed below its associated bar code. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2110400B4200M021/listing.html)
- Place of Performance
- Address: Contractor's Location, Portsmouth, Rhode Island, 02871, United States
- Zip Code: 02871
- Zip Code: 02871
- Record
- SN02083588-W 20100306/100304235404-7acafc30e73ccbf56e30bfc66d18d932 (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 |