Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

20 -- Top End Overhaul - United States Coast Guard Cutter (USCGC) BERTHOLF (WMSL 750) - Parts and Tech Rep

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-12-R-P45398
 
Point of Contact
Wilma L. Estrada, Phone: 510.637.5981, Valerie S Rivera-Chase, Phone: (510) 637-5972
 
E-Mail Address
Wilma.L.Estrada@uscg.mil, Valerie.S.RiveraChase@uscg.mil
(Wilma.L.Estrada@uscg.mil, Valerie.S.RiveraChase@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), Long Range Enforcer Product Line (LREPL) will utilize other than full and open competition to award a contract for the purchase of a Top End Overhaul Part Kit to repair and return to service the NR2 and NR3 Ship Service Diesel Generators (SSDG) for the CGC BERTHOLF. Due to the specialized nature and complexity of the SSDG's, the parts required to perform the work must match the existing parts already in the SSDG's. The parts are only produced by the Original Equipment Manufacturer (OEM), which is Caterpillar. Using parts from another manufacturer will void the OEM warranty. The OEM is also the only source able to provide technicians with the knowledge and skills capable of completing the work. The OEM only sell parts directly to their dealer network and each regional representative can sell Caterpillar parts only within their region. The Regional Representative for this region is Peterson Power of San Leandro CA. Therefore, the USCG intends to solicit and negotiate only with Peterson Power and award a sole source contract to them under the authority of FAR 6.302-1--Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-54 (Nov 2011), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 423830 and the Small Business Size Standard is 100 employees. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The following are the complete description and quantity of each item needed: (1) Top End Overhaul Part Kit, Qty 1 Each. (2) Top End Overhaul Labor, Qty 1 Job. Descriptive Data: Technical Representative to oversee NESU-NR2 SSDG (3) Replace Fore & Aft Bearing NR3 SSDG, Qty 1 Job. (4) Oil Pan Gasket Renew, Kit, Qty 1 Each. (5) Oil Pan Gasket Renew Labor - NR3 SSDG, Qty 1 Job. Period of performance: 3 January 2012 to 17 February 2012. Offers may be submitted via email. The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. FAR 52.212-2 EVALUATION - Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: (a) Technical (Fit, form, function must be exactly compatible as per above) (b) Past Performance information as noted above (c) Price Technical and Past performance, when combined are significantly more important than cost or price. The following FAR Provisions apply to this solicitation: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: http://farsite.hill.af.mil http://www.arnet.gov/far http://www.acq/osd/mil/dp/dars FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) (FAC 2005-26) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2011) (FAC 2005-54) with Alternate I (Apr 2011) (FAC 2005-51). Offeror(s) must include a completed copy of FAR 52.212-3 with their proposal OR provide notice of registration at orca.bpn.gov. The following FAR Clauses apply to this solicitation: 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 these addresses: http://farsite.hill.af.mil http://www.arnet.gov/far http://www.acq/osd/mil/dp/dars FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) (FAC 2005-42) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2011) (FAC 2005-54). 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) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 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 (Aug 2011) 52.225-1, Buy American Act-Supplies (Feb 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 proposal, 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 proposals is 9 Dec 2011, at 5:00 p.m. Pacific 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 (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202-372-3695. ALL PROPOSALS MUST REMAIN EFFECTIVE FOR 60 DAYS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-R-P45398/listing.html)
 
Place of Performance
Address: CGC BERTHOLF, Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN02633878-W 20111208/111206234010-043eca901e37542d90e1f5fbc8d3cc2b (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.