Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

58 -- Repair Trulink Portable Transceiver - Preparation for Delivery

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
HSCG40-16-Q-5ZF062
 
Archive Date
7/23/2016
 
Point of Contact
Cynthia A Matthews, Phone: 410-762-6509
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Individual packing and marking requirements The USCG Surface Forces Logistics Center has a requirement to open, inspect, report and possible repair the following: (1) NSN 5830-01-558-6579, Trulink Portable Transceiver, Telephonics Corp P/N ME6864-M1-CF0061-M2/MX Quantity 20 each (NOTE: No substitute or after-market parts shall be authorized for the repair of these Trulink Portable Transceivers. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility.) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-88 (JUN 2016), 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 811213 and the Small Business Size Standard is 11.0 mil. This synopsis/solicitation is issued pursuant to FAR 6.302-1. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Telephonics Corp. and/or their authorized repair facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 3 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is July 8, 2016_, at _12_ p.m. Eastern Standard Time. Offers may be submitted on company letterhead stationary and must include the following information: (1) Loaded Labor Rate: __________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge Per Portable Transceiver: tiny_mce_marker___________ (This price shall be the price the Government shall be obligated to pay if any Portable Transceiver is determined to be beyond economical repair). (3) Preservation, packaging, and marking: tiny_mce_marker_____ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking in its box) (4) Replacement cost for new Portable Transceiver (if available): tiny_mce_marker____________ (5) Firm Fixed price repair tiny_mce_marker___________(if available) (6) FOB Origin or FOB Destination. NOTE: A Department of Labor Wage Rate Determination will be requested upon award and shall be incorporated in the resultant purchase order. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 calendar days from the date Government-Furnished Material is received at the Contractor's facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repaired Unit (when authorized) - 45 calendar days after receipt of Contracting Officer's authorization to proceed TEST AND INSPECTION REPORTS In addition to the requirements identified in the Overhaul Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each unit (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items. TESTS/INSPECTION - Any testing requirements identified in the Overhaul Description may be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection. 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 technical, price and price-related factors: (a) Technical - In order for a quotation to be considered technically acceptable the offeror MUST submit written verification from the OEM that the offeror is an authorized repair facility for the OEM. Quotations that are received without written verification shall be rejected as nonresponsive (b) Past performance -submit references where these items or similar has been repaired for the Coast Guard or the OEM. (c) Price Technical and past performance is more important than price. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov; FAR 52.204-7, Systems for Award Management (July 2013); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2016). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(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 (Jan 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 5 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-5ZF062/listing.html)
 
Record
SN04168335-W 20160702/160630235910-f671f918614ca1b6bd4e23891502609c (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.