SOLICITATION NOTICE
58 -- MARINE TYPE STEERING CONTROL AND THROTTLE CABLING SYSTEM - VARIOUS COMPONENTS - PACK/MARK/LABEL/SHIP REQUIREMENTS
- Notice Date
- 9/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component 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
- HSCG40-11-Q-60228
- Archive Date
- 10/16/2010
- Point of Contact
- Ramona L. Vazquez, Phone: 410-762-6784
- E-Mail Address
-
Ramona.L.Vazquez@uscg.mil
(Ramona.L.Vazquez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- DETAILED REQUIREMENTS FOR EA LINE ITEMS PACK/MARK/LABEL/SHIP REQUIREMENTS - FAILURE TO FOLLOW MAY RESULT IN RETURN OF ITEMS AT OWN EXPENSE (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. It is the intent of the Coast Guard to award this contract to ZF MARINE ELECTRONICS, LLC based upon a sole source justification, however the USCG will accept and review any quotes provided all requirements are met within the solicitation for all items being requested including technical requirements for items listed. (ii) Solicitation number HSCG40-11-Q-60228 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is total small business. The North American Industry Classification System (NAICS) code is 334419 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) DESCRIPTION: Solicitation contains multiple components for the same marine type steering control and throttle cabling system. ZF MARINE LLC is the OEM who designed and manufactured variables within the system that are unique in design to operate specifically for the USCG Cutters in which they are installed. Proprietary rights held by ZF MARINE LLC are not subject to ownership by the USCG therefore, no drawings or specifications are available for distribution with this solicitation. ITEM 0001, 5895-01-LG9-4771, P/N 96204 01, PROCESSOR, CLEAR COMMAND, ELECTRIC, ENGINE, SOL GR. 4 STATION, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0002, 5965-01-LG9-4773, P/N 13316-30-01, HARNES, COMMUNICATION, SRIAL, 2 CONDUCTOR, 30 FEET LENGTH, 4 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0003, 5965-01-LG9-4774, P/N 13494-30 01, HARNES, THROTTLE, CURRENT, 30 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0004, 5965-01-LG9-4776, P/N 3501B-20, HARNESS, WIRE, CLUTCH, INTERFACE TO CLEAR COMMAND-SMART BACK-UP, 20 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0005, 5965-01-LG9-4777, P/N 15719-20-01, HARNESS, CLUTCH, AHEAD/ASTERN, 20 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0006, 6680-01-LG9-4778, P/N 13239-40 01, TACHOMETER, SENSOR HARNESS, 40 FOOT LONG, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0007, 5965-01-LG9-4779, P/N 13756-30 01, HARNESS, POWER/START INTERLOCK, 30 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0008, 5895-01-LG9-4781, P/N 3200B 01, PANEL, CONTROL, 3000 SERIES, TWIN SCREW-SMART BACK-UP, 4 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0009, 5895-01-LG9-4782, P/N 3005BC, PROCESSOR, SMART BACK-UP, 9000 SERIES, TWIN SCREW, 4-20MA THR, 4 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0010, 5965-01-LG9-4783, P/N 3603B-20, HARNESS, WIRE, 4-20MA THROTTLE, NEU INTERLOCK INTERFACE, 20 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0011, 5820-01-LG9-4772, P/N 760P 01, CONTROL HEAD, DUAL HEAVY DUTY, PLUGABLE, RIGHT, SINGLE LEVER, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0012, 5965-01-LG9-4784, P/N 3310B-10, HARNESS, WIRING, BACK-UP PANEL, CONROL, 10 FOOT LENGTH, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0013, 5965-01-LG9-4785, P/N 71708, HARNESS, WIRING, BACK-UP PANEL, POWER/START INTERLOCK, 3 BRANCH CABLE, 1 BRANCH AT 30 FOOT LENGTH, 2 BRANCHES AT 16 FOOT LENGTH, 4 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0014, 5820-01-LG9-4943, P/N 14261-40, HARNESS, WIRE, CONTROL HEAD, DOUBLE-ENDED, 40 FOOT LENGTH, 2 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0015, 5935-01-LG9-5494, P/N 6029199081, PLUG, CANNON CONNECTOR, 8 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0016, 5965-01-LG9-4775, P/N 14261-100 01, HARNESS, WIRE, CONTROL HEAD, DOUBLE ENDED, 100 FOOT LENGTH, 6 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. ITEM 0017, 5965-01-LG9-4786, P/N 14261-20, HARNESS, WIRING, CONTROL HEAD, DOUBLE ENDED, 20 FOOT LENGTH, 4 EA, DESIRED DELIVERY ON OR BEFORE 10/8/10. **** Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide your best offered start date.**** CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS AS NOTED - IF NO INSTRUCTIONS ARE PROVIDED, STANDARD COMMERICAL PRACTICE IS ACCEPTABLE. PACKAGING SPECIFICATIONS: Standard Commercial Pack is authorized for items not showing requirements on the attached uploaded documents. All HAZMAT documentations shall be provided and MSDS is required. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: Clear marking and labeling of product identification is mandatory. In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: a) Nomenclature, b) 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx (if provided), c) MFG Part No., d) CAGE code (if known), e) Contract No. (issued upon award), f) Date. (vi) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. Secondary delivery location will be provided upon award for physical holding tanks and their locations. **** ALL pricing shall be quoted as FOB Destination. **** (vii) 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 2009). 1. Parties responding to this solicitation 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: a) Company's complete mailing and remittance addresses, b) Discounts for prompt payment if applicable, c) Cage Code, d) Dun & Bradstreet number (DUNS), e) Taxpayer ID number f) Offerors shall submit price and delivery information for all items. g) A recent past performance including: contract number, point of contact and current phone numbers. h) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Apr 2010). - The award will be made to the lowest priced and technically acceptable quotation meeting EXACT brand name as noted on the JOTFOC's, no substitutions. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2010). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003)(15U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (Apr2009)(15 U.S.C. 632(a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 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. 52.222-54 Employment Eligibility Verification (Jan 2009) j. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). k. 52.225-13 Restriction 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). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). m. The following items are incorporated as addenda 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. (xii) See additional document(s) for uploaded documents to support order requirements. Items may appear duplicated however quote shall individually recognized each line item as its own due to multiple requests for different jobs are combined into one solicitation and must remain separate. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUOTES ARE DUE BY 12:00 PM EST on 10/1/10. Contractors are responsible for verifying receipt of their submitted quotes by either calling or emailing for confirmation. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv) POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60228/listing.html)
- Place of Performance
- Address: SURFACE FORCES LOGISTICS CENTER, RECEIVING BLDG 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02295709-W 20100926/100924234814-6853cc990881ef3cd92812788ede8855 (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 |