SOLICITATION NOTICE
20 -- 210_A_Class_Blade_Sets - Specification P-245-0150
- Notice Date
- 7/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331529
— Other Nonferrous Metal Foundries (except Die-Casting)
- 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
- HSCG40-13-R-20499
- Archive Date
- 9/17/2013
- Point of Contact
- Christina Gibson, Phone: 4107626245, Ashley A Fetherman, Phone: 410-762-6978
- E-Mail Address
-
christina.l.gibson@uscg.mil, ashley.a.fetherman@uscg.mil
(christina.l.gibson@uscg.mil, ashley.a.fetherman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 618-WMEC_245_51_2_-_D 618-WMEC_245_51_1_-_D 618-WMEC_245_50_2_-_D 618-WMEC_245_50_1_-_D Specification P-245-0150 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603 and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, and a written solicitation will not be issued. All correspondence regarding this acquisition shall reference Request for Proposal (RFP) Number: HSCG40-13-R-20499. This solicitation and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-68. The applicable North American Industry Classification Standard Code (NAICS) is 331529, and this notice is unrestricted. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), WMEC Product Line, intends to award a firm, fixed price Contract for the purchase of three (3) sets (four blades per set) of USCG, 210' A-Class WMEC, CPP (Controllable Pitch Propeller) blades, which are used for vessel propulsion in accordance with FAR Part 12. Concerns that have the expertise and required capabilities to provide these CPP (Controllable Pitch Propeller) blades are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. The following Coast Guard Specification and drawings have been uploaded with this synopsis/solicitation: 1. Specification P-245-1050 2. Drawing Number: 618-WMEC_245_50_1_-_D 3. Drawing Number: 618-WMEC_245_50_2_-_D 4. Drawing Number: 618-WMEC_245_51_1_-_D 5. Drawing Number: 618-WMEC_245_51_2_-_D Proposals shall be submitted electronically to: Christina Gibson, Contract Specialist, Email: Christina.L.Gibson@uscg.mil, or mailed to: 705 E. Ordnance Road, Attn: Christina Gibson, Baltimore, MD 21226-5000, and must include the following information (See addeda to FAR 52.212-1 for additional instructions): I. Pricing: 1. NSN 2010-00-906-6009, Blade Set, Port, CW, RH ROT, P/N: P-245-0150 Unit Price: _____________ Qty. 1 each Total Price: ___________ 2. NSN 2010-00-906-6010, Blade Set, STBD, CW, LH ROT, P/N: P-245-0150 Unit Price: _____________ Qty. 2 each Total Price: __________ Pricing is requested on an FOB Destination basis, with shipping including in the unit price. If proposing FOB Origin shipping terms, offerors shall include estimated shipping costs with their proposal. For evalution purposes, the CG will estimate the cost of travel for one (1) onsite Quality Assurance inspection at the Contractor's plant. The inspection will take place at: ________________________. II. Delivery: The Contracting Officer's Quality Assurance Representative shall be notified (at least fifteen [15] calendar days for domestic organizations and 45 days for foreign organizations) prior to the preservation, packaging, packing, and marking of the completed CPP blade sets and in accordance with Specification Section 4.4. The Government requires delivery of supplies within 120 calendar days after award. The offeror's proposed delivery time shall be included with their proposal. If a proposed delivery time is not provided, the required delivery time shall apply. Each item shall be individually preserved, packaged, marked and bar coded in accordance with the attached Specification, and delivered to the following address M-F, 7:00am-1:00pm, EST: U.S. Coast Guard, SFLC 2401 Hawkins Point Road Bldg. 88, Receiving Room Baltimore, MD 21226-5000 III. Marking of Warranted Items: Pursuant to the requirements of FAR 46.706(b)(5), the Contractor shall stamp or mark the supplies delivered, or otherwise furnish notice with the supplies, of the existence of the warranty. Markings may be brief but should include (i) a brief statement that the warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. The contractor's trade practice in warranty marking is acceptable if sufficient information is presented for supply personnel and end users to identify warranted supplies. IV. Inspection and Acceptance: Final inspection and acceptance shall take place at destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. V. The following FAR Provisions and Clauses are applicable to this solicitation: This solicitation incorporates one or more provisions and 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. The full text of a provision or clause may also be accessed electronically at the following link: http://farsite.hill.af.mil/vffara.htm FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012), is incorporated by reference. The following addenda apply: Past Performance: Offerors shall submit with their proposal a list of at least 3 past performance references for the manufacturing of the same or similar items required by this solicitation by either the offeror or their subcontractor (if applicable). Information shall include, at a minimum, full contact information, including email addresses, for the reference, an applicable contract/order number, period of performance, and a brief description of the work performed/items manufactured. If the offeror does not have a record of past performance that shall be clearly stated in the proposal. Technical Capability: Contractor's shall submit a narrative summary demonstrating their, or their subcontractor's (if applicable), technical capability to manufacture, test, and preserve, package, and mark CPP propeller blade sets in accordance with the attached Specification requirements. Submissions shall be no more than two (2) 8.5" x 11" single-sided pages. Technical and Past performance submissions must be separate from price and must not make any reference to proposed prices. Any proposal that does not adhere to these submission instructions may be determined non-responsive and rejected. Evaluation: FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to 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 evaluate offers: a. Past Performance, including past performance of any subcontractors b. Technical Capability to manufacture, test, and preserve, package, and mark controllable pitch propeller blade sets IAW the attached Specification c. Price (including the estimated cost of CG QA inspections at the contractor's plant) Past performance and technical capability, when combined, are significantly more important when compared to price. A proposal that clearly identifies the absence of any relevant past performance information shall be evaluated as neutral for this factor. The Government reserves the right to use other knowledge, databases, contracts, references and any other sources of past performance information in its evaluation of the offeror and any subcontractors. The Government intends to award without discussions with the offeror(s) unless the Contracting Officer determines that discussions are necessary. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alternate I (Apr 2012) Offerors shall complete only paragraph (b) of this provision if the offeror HAS completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror HAS NOT completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraph (c) through (o) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012) is incorporated by reference. The following addenda apply: 1) Paragraph (a) - replaced by FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) 2) Invoicing Requirements: Submit invoices electronically to: http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm or via mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark For: Contract Number (as provided at time of award). Payment Terms: The Government's normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2012) applies to this acquisition along with the following: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), 52.209-6, Protecting the Government's Interest when subcontracting with Contractors debarred, suspended, or proposed for debarment (Dec 2010) (31 U.S.C. 6101 note), 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-5 Trade Agreements (Nov 2012), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses are incorporated by reference: FAR 52.245-1 Alt I - Government Property FAR 52.245-9 Use and Charges FAR 52.225-6 Trade Agreements Certificate (Jan 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: LINE ITEM NO. COUNTRY OF ORIGIN ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. VI. Homeland Security Acquisition Regulations: The following Homeland Security Acquisition Regulations (HSAR) are hereby incorporated by reference with the same force and effect as if incorporated in full text. Full text versions of the clauses may be viewed electronically at http://farsite.hill.af.mil/VFFARA.HTM. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) HSAR 3052.242-72, Dissemination of Contract Information (Dec 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). VII. The closing date and time for receipt of offers is 17 July, 2013, 11 am EST. All responsible and responsive sources are invited to submit an offer which will be considered by this Agency. Companies shall provide a valid DUNS, be registered with the System for Award Management (SAM) at www.sam.gov, and shall provide the company Tax Identification Number (TIN) with their proposal. 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. 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 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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: 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-R-20499/listing.html)
- Record
- SN03107843-W 20130705/130703235723-124a81dcbf1a3d7f0428897de5a805e1 (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 |