Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

31 -- BEARING STRUTS

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
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-20146
 
Archive Date
10/20/2010
 
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
Total Small Business
 
Description
The USCG MEC PRODUCT LINE has a requirement to procure Bearing Strut. Offers may be submitted (via FAX or EMAIL) on Company letterhead stationery and must include the following information: Description: NSN: 3120-01-189-1087: Item 001 - flange strut bearing, horizontally split. Material: Nitrile rubber inserts IAW MIL DTL-17901C (SH); QPL-1709C (SH), Naval brass shell. Shaft size: 12.125" Length, 24" flange diameter: 19.5" flange thickness:.75". Body inside diameter: 13.625". Body outside diameter: 15.250 +.030 -.000", non stepped. (Qty 4each)_____ The Coast Guard has modified this requirement, which increased the OD and eliminated the drilling of bolt and jacking holes. The cited primary part number is a reference to the NSN and not to be used for procurement purposes. Materials and dimensions shall be in accordance with this documented and 905-wmec-243-002 pc 13. If not QPL qualified, interested contractors shall submit a drawing to the Coast Guard contracting office for technical review. The Contractor shall provide the Coast Guard Contracting Office with a final dimensional and photographic inspection report for review and acceptance 7 calendars prior to QA inspection (s). A Coast Guard Quality Assurance Representative shall visit the contractor's facility for verification of dimensional conformance after acceptance of final inspection report by Contracting Office. Shipping container at a minimum shall consist of a box constructed of ¾" plywood, totally enclosed, with internal or external bracing. Wooden blocking shall be incorporated to prevent the item from movement during multiple shipments. Part no. 905wmec243-002 pc13 Item 002 - NSN 3120-01-189-1088, Bearing Strut flanged strut bearing, horizontally split. Material: Nitrile rubber insert IAW MIL-DTL-17901C (SH): QPL-17901C (SH), naval brass shell, shaft size: 12.125". Length: 48. 125". Flange diameter: 19.5". flange thickness:.75". Body inside diameter: 13.625". Body outside diameter: 15.250 +.030 -.000", non stepped. (Qty 4each)._____ The Coast Guard has modified this requirement which increased the OD of the shell by ¼", eliminated the 3 steps on the OD and eliminated the drilling of bolt and jacking holes. Materials and dimensions shall be in accordance with this document and 905WMEC-243-002 PC 12. Contractors not previously qualified, shall submit a drawing to the Coast Guard contracting office for technical review and approval The Contractor shall provide the Coast Guard contracting office with a final dimensional and photographic inspection report for review and acceptance 7 calendar days prior to QA Inspection (s). A Coast Guard Quality Assurance Representative shall visit the contractor's facility for verification of conformance after acceptance of final inspection report by contract administrator. At a minimum the shipping container shall consist of a box constructed of ¾" plywood, totally enclosed, with internal or external bracing, wooden blocking shall be incorporated to prevent item from movement during multiple shipments. Part no. 905WMEC-253-002 PC 12 Addendum attached for Special Packaging Requirements. Inspection and acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B Destination basis. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. DELIVERY SCHEDULE: Delivery is desired on or before 11/10/10. Please provide your proposed delivery date, This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAC 2005-42 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. Submit written offers, oral offers will not be accepted. 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 Duramax Marine, LLC or one of its authorized dealers/distributors possesses the necessary technical and engineering data to successfully manufacture these Strut Bearings. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within7 days of this announcement. However, other potential sources desiring to furnish other than Duramax, (as requested above), are required to submit the following information: 1) complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) data that the offered parts have been satisfactorily manufacture red for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Note* the submission of this data for review shall not impede award of this contract. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. All proposals received within 7 days after date of publication of this synopsis will be considered by the Government. The Coast Guard does not intend to pay for information solicited. Quotations shall included, proposed delivery in days, pricing for items individually packaged, marked and bar coded, and the company's Tax Identification number and Duns Number. The NAICS Code for this solicitation is 326291 and the small business size standard is 500 employees. Small Business are encourage to submit a proposal. Quotations shall be received no later than 10/5/2010. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. This Purchase Order will be a Firm-Fixed Price order with the following line item structure. 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 utilizing the following technical, price and price related factors: (a) Technical ability to provide genuine OEM parts (b) Estimated Price (c) Past Performance (d) Cost of final Quality Assurance Inspection(s) The following FAR Clauses are applicable: 52.213-4 Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) (Jun 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (v) 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). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2008). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Jun 2010). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126).(Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 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) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use within the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.) (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xii) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110 247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United states.) (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov; www.dhs.gov; (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights -- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of Clause) _______________________________________________________ This is a firm order Only if your price does not exceed the maximum line item or total price in the Schedule. Submit invoices to the Contracting Officer. If you cannot perform in exact accordance with this order, Withhold Performance, and notify the Contracting Officer immediately, giving your quotation. (End of Clause) _____ 52.232-1 -- Payments. (Apr. 1984) The Government shall pay the Contractor, upon the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified in this contract, payment shall be made on partial deliveries accepted by the Government if -- (a) The amount due on the deliveries warrants it; or (b) The Contractor requests it and the amount due on the deliveries is at least $1,000 or 50 percent of the total contract price. (End of Clause) _____ ____________________________________________________________ _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: 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. ___ CGAP 3042.302-90 VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS PURCHASED FOR INVENTORY CONTROL POINTS FROM HQ CONTRACTS (OCT 2008) (a) The contractor shall provide to the Contracting Officer's Technical Representative (COTR) a listing of spare parts that will be shipped to the Coast Guard Inventory Control Points (ICPs), and other intermediate destinations as specified in the contract. At a minimum, the listing must contain the following information for each spare part: (1) Contract number (2) CLIN Number (3) Noun name (4) Manufacturer part number (5) National Stock Number (NSN), if available. (6) Class of Asset the spare part supports (e.g. FRC) (7) Quantity (8) Unit Price (9) Extended Price (10) Estimated shipping date (b) The spare parts listing total shall tie to the contract CLIN line item total. (c) The spare parts listing shall be provided by the contractor to the Contracting Officer and COTR thirty (30) days prior to the first part being shipped. The name of the Contract Specialist and Contracting Officer shall be noted, and the acquisition Project Office will be responsible and coordinate between the contractor and ICP to discuss any details or needs related to the shipment of the parts. (d) The contractor shall insert this clause in all subcontracts where a subcontractor will be furnishing spare parts to Coast Guard ICPs, and in order to perform contractual duties. 52-246-1 CONTRACTOR INSPECTION REQUIREMENTS (APR 1984) AS PRESCRIBED IN 46.301, The contractor is responsible for performing or having performed all inspections and test 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-20146/listing.html)
 
Place of Performance
Address: 2401 Hawkiins Pt Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02287542-W 20100919/100918000329-127992760d129ee80ae2d85ef9385688 (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.