Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

16 -- Soft SAR Board Assemblies - Package #1

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-14-Q-500038
 
Archive Date
9/17/2014
 
Point of Contact
William P. Morris, Phone: 2523356072, Tony Twiddy, Phone: 252-335-6494
 
E-Mail Address
william.p.morris@uscg.mil, Tony.R.Twiddy@uscg.mil
(william.p.morris@uscg.mil, Tony.R.Twiddy@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment C - Terms and COnditions - HSCG38-14-Q-500038 Attachment B - SOW - HSCG38-14-Q-500038 Attachment A - HSCG38-14-Q-500038 - Schedule of Supplies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed priced quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-14-Q-500038 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,000 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order shall be awarded on a competitive basis as a result of this synopsis/solicitation for Soft SAR Board Assemblies and Replacement Parts. Award will be made to the offeror quoting the lowest price technically acceptable to the USCG, ALC. As stated in the terms and conditions (Attachement C), technical acceptability will be evaluated to determine an overall rating of "acceptable" or "unacceptable". Technical acceptability will be evaluated on the ability of the offeror to provide new manufactured commercial items meeting the requirements of the SOW and the offeror's ability to meet the required delivery dates specified below. The USCG requires delivery of the first article unit by 15 November 2014 and all other items by 15 December 2014. Offerors unable to meet the aforementioned dates will be considered Technically Unacceptable and not considered for award. Early deliveries are desired and will be accepted. The Government reserves the right to withhold any item or group of items contained in this solicitation upon award. The Government reserves the right to make a single award, no award, or multiple awards if after considering the additional administrative costs it is in the Government's best interest to do so. The Government shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards shall be for the items or combinations of items that result in the best value to the Government including the assumed administrative costs. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts. The following documents are attached: a) Schedule of Supplies b) Statement of Work (SOW) - HSCG38-14-Q-500038 c) Terms and Conditions - HSCG38-14-Q-500038 (for applicable clauses, instructions and evaluation criteria) Note: ALC Engineering Drawings will be available to a prospective contractor upon meeting the requirements below. Contractors shall be registered with the Defense Logistics Agency (DLA) and have an Active certification (http://www.dlis.dla.mil/jcp/search.aspx). Those contractors not registered with the DLA may receive the drawings upon proof of a completed DD Form 2345 form and DLA authorization letter (http://www.dlis.dla.mil/jcp/). All requests for ALC drawings shall be sent to Patrick Morris at william.p.morris@uscg.mil. The ALC drawings referenced within this solicitation are categorized as Export Controlled under the Arms Export Control Act, marked with Distribution Statement D below and a Full Export-Control Act Warning Statement. Closing date and time for receipt of offers is 2 September 2014 at 1:00 pm EST. Anticipated award date is on or about 8 September 2014. Quotations shall be sent via E-mail to william.p.morris@uscg.mil. Please indicate HSCG38-14-Q-500038 in subject line. 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. 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 reasons of unusual and compelling urgency 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 shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-14-Q-500038/listing.html)
 
Place of Performance
Address: TBD - Contractors Facility, United States
 
Record
SN03472962-W 20140822/140821000212-f833b01df712bfb927ede75cd895a6ee (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.