SOLICITATION NOTICE
20 -- Stern Launch and Retrieval System Spare Parts - SP-PP&M-001
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System 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-AD028
- Archive Date
- 9/10/2011
- Point of Contact
- Toni Cheek,
- E-Mail Address
-
Toni.J.Cheek@uscg.mil
(Toni.J.Cheek@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Preservation, Packing, Packaging and Marking Specification This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-53 (July 2011), 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 _333923_ and the Small Business Size Standard is _500_. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. It is anticipated that a non-competitive sole source Purchase Order will be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Superior Lidgerwood Mundy Corp, and/or their authorized distributors possess the necessary technical and engineering data to successfully manufacture these items. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for reduction various spare parts for the stern launch and retrieval system used aboard 418' WMSL class cutters. The USCG Surface Forces Logistics Center has a requirement to procure the following items. Offers may be submitted via email and must include the following information: CLIN Description NIIN Part # Qty 1 Motor, 3/4 HP 01-LG9-8480 A2-413-0022 1 EA 2 Motor, A/C, 30 HP 01-LG9-8428 A2-156-0001 1 EA 3 Reducer, Transmission 01-LG9-8435 B2-058-0049 1 EA 4 Bearing, Spherical 01-LG9-8436 P2-903-0163 1 EA 5 Ring, Bearing, Retaining 01-LG9-8437 B2-027-0071 1 EA 6 Ring, Bearing, Retaining 01-LG9-8439 P2-957-0033 1 EA 7 Actuator, Brake 01-LG9-8479 A2-411-0002 1 EA 8 Actuator, Clutch 01-LG9-8462 A2-411-0001 1 EA 9 Motor, A/C 1/3 HP 01-LG9-8463 A2-413-0024 1 EA 10 Motor, Brake Actuator 01-LG9-8750 A2-413-0023 1 EA 11 Actuator, Brake LH 01-LG9-8749 A2-411-0003 1 EA 12 Actuator, Brake RH 01-LG9-8748 A2-411-0001 1 EA 13 Seal, Encoder 01-LG9-8757 P2-961-01123 1 EA 14 Encoder, Model SL 1 01-LG9-8747 P2-921-0253 1 EA 15 Motor 15 HP 01-LG9-8745 P2-922-0004 1 EA 16 Motor 7.5 HP F-2 BO 01-LG9-8760 P2-9220003-2F2 2 EA 17 Motor 7.5 HP F-1 BO 01-LG9-8761 P2-922-0003-2F1 3 EA 18 Parallel Shaft, Red 01-LG9-8758 P2-933-0085 1 EA 19 Parallel Shaft, Redu 01-LG9-8759 P2-933-0084 1 EA 20 Parallel Shaft, Redu 01-LG9-8762 P2-922-0081 1 EA 21 Reducer, Parallel 01-LG9-8767 P2-933-0083 1 EA 22 Reducer 01-LG9-8763 P2-933-0079 1 EA 23 Reducer, LH 01-LG9-8746 P2-933-0088 1 EA All items must be individually packed, packaged, preserved, and marked as per SFLC Instruction SP-PP&M-001, Rev D, Dated 10/00. In addition to SP-PP&M-001, all items must be separately packaged in a plastic bag with desiccant pack and packaged in crate/carton of sufficient integrity to maintain its original shape and protect the items from damage during multiple shipments by commercial carrier. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to Superior Lidgerwood Mundy and the Coast Guard is unable to supply any information other than part name and part number. Requested delivery date: 11/01/2011 DELIVERY SCHEDULE - delivery is desired as soon as possible, partial shipments will be accepted. Please provide your proposed delivery here: _________________________________ 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. Delivery address is USCG Surface Forces Logistics Center, Receiving Room, Bldg 88A, 2401 Hawkins Point Road, Baltimore, MD 21226. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. FAR 52.212-2 EVALUATION - Commercial Items The Government will award a contract resulting from this solicitation to a responsible offeror upon determination of a fair and reasonable price. The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these provisions electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) with Alternate I. **Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at orca.bpn.gov. ** 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 (Jun 2010) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alt 1(Oct 1995) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notifications of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-1, Buy American Act-Supplies (Jun 2003) 52.225-5, Trade Agreements (Aug 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 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 _26 August 2011_, at _4:00_ p.m. Eastern Standard Time. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather 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 that a Coast Guard 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 coast Guard 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 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 at FAR 33.103(d)(2). 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 protests 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 forwarded to the address below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-AD028/listing.html)
- Record
- SN02533307-W 20110814/110813000735-2290a8e1874f5a5ca1f0d2eb71b3b947 (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 |