Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

28 -- Main Diesel Engine (MDE) Exhaust Flange Replacement Kit

Notice Date
6/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-10273
 
Archive Date
7/15/2010
 
Point of Contact
Walter A. Mack, Phone: 4106726162, Scott A. Wood, Phone: 410-762-6434
 
E-Mail Address
walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil
(walter.a.mack@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-42 (Jun 2010) 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 _333618 and the Small Business Size Standard is _1000. This acquisition is being solicited as a Sole-Source basis. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. Award will be made in accordance with FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following parts: (2 ea) Port Mufflers, p/n 9804841 (2 ea) Starboard Muffler, p/n 980465 (13 ea) ISO Kit 100# Left 2.5" Bar, p/n A97-083800 (13 ea) ISO Kit 100# Right 2.5" Bar, p/n A97-083900 (2 ea) Turbo Outlet Riser Starboard 321, p/n B99-041502 (2 ea) Turbo Outlet Riser Port 321, p/n B99-041501 (12 ea) Clamp V-Band tube 8", p/n 024-0070000 (7 ea) Silkolene Sealant Tube, p/n 042-023000 (4 ea) Clamp V-Band MTU 225mm, p/n 024-001200 (1 ea) Elbow Muffler Outlet starboard 321, p/n B99-041602 (1 ea) Elbow Muffler Outlet port 321, p/n B99-041601 (6 ea) Clamp V-band Tube 12", p/n 024-009000 (4 ea) Flange Marmon Female 12" 321, p/n B99-043104 (4 ea) Bellows unit 12" 321, p/n B99-042600 (4 ea) Bellows unit Turbo 12" 321, p/n B99-041400 (4 ea) Marmon Flg Male 321SS, p/n B98-042903 (2 ea) Adaptor Dual 8D to 12D, p/n B08-13100 All parts, unless otherwise identified shall be NEW and NOT remanufactured. Alternate part numbers shall NOT be accepted except if due to part number changes. All Offeror's shall be required to identify the manufacturing source of the offered parts. PLACE OF DELIVERY Parts shall be delivered to the following locations: COMMANDING OFFICER USCG NESU SEATTLE 1519 ALASKAN WAY SOUTH SEATTLE, WA 98134-1192 Mark for: CGC OSPREY COMMANDING OFFICER USCG NESU ALAMEDA COAST GUARD ISLAND, BLDG 15A ALAMEDA, CA 94501 Mark for: CGC BARRACUDA COMMANDING OFFICER USCG NESU BOSTON 427 COMMERCIAL STREET BOSTON, MA 02109 Mark for: CGC CHINOOK Attn: CWO Scott Allen COMMANDING OFFICER USCG NESU NEW ORLEANS 1790 SATURN BLVD NEW ORLEANS, LA 70129-2218 Mark for: CGC COBIA Attn: Tom Pigg COMMANDING OFFICER USCG FINBACK 1 MUNROE AVE CAPE MAY, NJ 08204 Mark for: CGC FINBACK COMMANDING OFFICER CGC ALBACORE WEST ANNEX, LITTLE CREEK NORFOLK, VA 23520 Mark for: CGC ALBACORE DELIVERY SCHEDULE - All items are required to be delivered within 6 weeks of contract award date. Offeror's may propose an alternate delivery schedule which shall be considered by the Agency. PRESERVATION, PACKAGING, PACKING, AND MARKING All material shipped to the U.S. Coast Guard must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Contract Number. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to the various locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. Failure to follow the packaging instructions will result in rejection of the shipment and return of the shipment to the Contractor at the Contractor's expense. 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 DeAngelo Marine Exhaust, Inc. and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (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 distributor, and verifying the OEM will supply only genuine OEM parts. The following FAR Provisions apply to this solicitation. FAR 52.212-1, Instructions to Offeror's-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) 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 (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2010). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.219-8, Utilization of Small Business concerns (May 2004)(15 U.S.C. 637(d)(2) and (3); FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Aug 2009)(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 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); far 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); 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); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 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 3052.245-70, Government Property Reports (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 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Jul 2009) (a) Definition. "Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). (b) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (c) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (End of provision) FAR 52.246-1 Contractor Inspection Requirements (Apr 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) 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 30, 2010, at 2:00 p.m. Eastern Standard Time. CONTRACTOR PERFORMANCE ASSESSMENT REPORT (CPAR) (a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor. 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/HSCG40-10-Q-10273/listing.html)
 
Record
SN02188923-W 20100627/100625235217-4b2b3816709e9d98d5d4969fcce6db27 (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.