Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

43 -- DURAMAX SHAFTS - Product Description - Shipping - JOTFOC

Notice Date
12/15/2011
 
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
HSCG40-12-Q-20154
 
Archive Date
12/31/2011
 
Point of Contact
Ebony M. Benedetto, Phone: (410) 762-6186
 
E-Mail Address
ebony.m.benedetto@uscg.mil
(ebony.m.benedetto@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification for Other than Full and Open Shipping/Marking/Packaging PD The USCG Surface Forces Logistics Center, WMEC Product Line, has a requirement to provide the following: (1) NSN 4320-01-497-8057; SEAL ASSEMBLY SHAFT, SPRING L, SXU 400A BRZ SHAFT SEAL ASSEMBLY KIT WITH BRONZE FLANGED HOUSING AND BACK UP AIR SEAL FEATURE; 17 AY; MFG: DURAMAX MARINE ; P/N: 841003432 Descriptive Data: SEE ATTACHED KIT INFORMATION: ELCLOSURE I. Each asset shall be packaged and marked individually in accordance with Enclosure II. Final inspection shall take place at the Contractor's facility; acceptance shall be at destination after verification of preservation, packaging, and marking requirements, and confirmation of no damage during transit. 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 (Aug 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. Only genuine OEM parts shall be acceptable. Therefore it is the Government's intent to solicit only Duramax Marine LLC, and/or their authorized distributors. Information received will be considered SOLELY for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. The submission of this data for review shall not impede award of this procurement. 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 NAICS code for this solicitation is 326291 and the Small Business Size Standard is 500 Employees. Concerns having the expertise and required capabilities to supply items are invited to submit complete information discussing the same. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. Quotes may be submitted by email to Ebony.M.Davis@uscg.mil and must include the following information: I. PRICING (1) NSN 4320-01-497-8057 Quantity: 17 AY Pricing is requested on an F.O.B Destination basis - it is requested that shipping costs be included in the unit price of the item(s). Unit Price: $ ________________ Qty 17 AY Total Price: $ ________________ Estimated Shipping Charge if not Destination $____________________ II. DELIVERY SCHEDULE - The delivery schedule shall be as follows: Delivery shall be to: USCG Surface Forces Logistics Center Bldg. 88 Receiving Room Baltimore MD 21226-5000. Requested Delivery Dates are noted below. If unable to meet the requested delivery date, please provide a proposed delivery date: NSN Req. Del. Date QTY Proposed Delivery Date 1) 4320-01-497-8057 6/29/12 17 AY $ ________________ III. PRESERVATION, PACKAGING, and MARKING Preservation, packing, and marking shall be in accordance with specification SP-PP&M-001 Rev D, dated 10/01/2000 (Enclosure II). PLEASE ENSURE ASSETS ARE INDIVIDUALLY PACKAGED AND MARKED IN WOODEN CONTAINERS FOR PHYSICAL AND MECHANICAL HANDLING. IV. INSPECTION AND ACCEPTANCE - Shall be at destination; See Enclosure II V. 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 basis utilizing the following factors: (a) Technical Capability (b) Price (including shipping and handling costs) (c) Past Performance (d) Estimated Delivery Time (the sooner, the better) V. FAR PROVISIONS AND CLAUSES The following FAR provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 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. 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 (June 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); FAR 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a) (14)); 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, 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 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). 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); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) VI. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. 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/HSCG40-12-Q-20154/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02640093-W 20111217/111215234627-71fbc030775233bd7a7704f5dc779a3e (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.