Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

28 -- Honda brand Engine Parts for U.S.C.G. Small Boats - Attachment A - CLIN List

Notice Date
5/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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
HSCG40-17-Q-53021
 
Archive Date
6/1/2017
 
Point of Contact
Allen A. Tillman, Phone: (410) 762-6830
 
E-Mail Address
allen.a.tillman@uscg.mil
(allen.a.tillman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Statement of Work (Please review thoroughly) Attachment A - Contract Line Item Numbering Spreadsheet (Please fill-in) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This requirement is being procured using procedures prescribed in FAR Part 12, and FAR Subpart 13.5. Informal Forum with the Ombudsman. Interested parties who believe a specific United States Coast Guard (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. (ii) The solicitation number is HSCG4017-Q-53021; this solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94/95, effective January 19, 2017. (iv) The North American Industry Classification System (NAICS) Code for this acquisition is 33618. The small business size standard is 1,500 employees. (v) Please see attachment A for a list of Contract Line Items. (vi) The Surface Forces Logistics Center, Small Boat Product Line is responsible for maintaining various USCG small boats including the USCG 24SPC-SW, 26TANB, and 29RBS. The intention is to award a one-time supply acquisition of the Honda brand engine parts listed on attachment A. This solicitation defines the requirements for the purchase of various engine parts and accessories supporting several platforms in the Coast Guard fleet. Attachment A lists the engine parts and accessories required under this contract for purchasing through an American Honda Motor Co. authorized distributors. All of the engine parts and accessories are proprietary to American Honda Motor Co. (vii) The USCG requires delivery of all items within one-hundred eighty-six (186) calendar days from the date of award. All items shall be delivered to the United States Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88, Baltimore, MD 21226. The F.O.B. point for this acquisition is destination. The USCG allows partial delivery of the items. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial (JAN 2017), applies to this acquisition. (ix) The provision at 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) 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: Technical Capability of the item to meet the Government requirement (Must be OEM certified items) Sub-factor 1: Must display ability in writing that the parts provided will be OEM. Sub-factor 2: Must state that all items will be delivered within 186 days of contract award. Sub-factor 3: Must state ability to package in accordance with the Statement of Work. Price Past Performance Technical and past performance, when combined, is approximately equal when compared to price. Technical capability is more important than past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) (x) Offerors please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017) with your offer. Please be aware failure to provide a completed copy may result in elimination of quote due to nonconformance. (xi) FAR Clause at 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) applies to this acquisition. (xii) FAR Clause at 52.212-5 Contract Term and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following FAR Clauses are applicable to this acquisition: (a) FAR 52.203-6 Restrictions on Subcontractors Sales to the Government (OCT 1995) Alternative I (OCT 1995) (b) FAR 52.205-10 Reporting Executive Compensation First -Tier (OCT 2015) Subcontract Awards (c) FAR 52.209-6 Protecting the Government's Interest When (OCT 2015) Subcontracting with Contractors Debarred, Suspended Or Proposed for Debarment (d) FAR 52.209-9 Updates of Publicly Available Information Regarding (JUL 2013) Responsibility Matters (e) FAR 52.219-9 Utilization of Small Business Concerns (JAN 2017) (f) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) (g) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) (h) FAR 52.222-3 Convict Labor (JUN 2013) (i) FAR 52.222-19 Child Labor - Cooperation with Authorities and (OCT 2016) Remedies (j) FAR 52.222-26 Equal Opportunity (APR 2015) (k) FAR 52.222-36 Equal opportunity for Workers with Disabilities (JUL 2014) (l) FAR 52.222-37 Employment Reports on Veterans (OCT 2015) (m) FAR 52.222-40 Notification of Employee Rights Under the National (DEC 2010) Labor Relations Act (n) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (o) FAR 52.223-18 Encouraging Contractor Policies to Ban Text (AUG 2011) Messaging While Driving (p) FAR 52.225-1 Buy American - Supplies (MAY 2014) (q) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (r) FAR 52.232-33 Payment by Electronic Funds Transfer - System for (JUL 2013) Award Management (xiii) The below contract requirements have been determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices and Federal, DHS, and Coast Guard Regulations. INVOICING REQUIREMENTS All information set forth in FAR Clause 52.232-25, Prompt Payment, must be included in an invoice for it to constitute a proper invoice. The Contractor shall prepare a proper invoice IAW FAR clause 52.212-4, and in addition to the information required by FAR 52.212-4(g) as cited in the contract. All invoices shall be itemized to correlate to the Schedule of Supplies. All information must be included in an invoice for it to constitute a proper invoice. All improper invoices will be rejected which could delay payment. (1) An original invoice shall be submitted to the following designated payment office: Emailed to FIN-SMB-YARDTEAM@USCG.MIL (2) Invoices shall include: (a) Contract Number (b) Contract Specialist, Contracting Officer, and COR (c) Invoice Number and Invoice Date (d) Invoice Routing Code (IRC): SFLC -3 (e) Name and Address of the Contractor (f) DUNS Number (g) The CLINs being billed against (h) Description, quantity, unit of measure, unit price and extended price (i) Annotate on the invoice indicating that the contractor represents a Small Business for accelerated payment purposes (if applicable) (j) Indicate if Final Invoice, the Contractor's final invoice submitted under the contract must be marked as follows: THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER CONTRACT NUMBER (to be assigned upon contract award). (k) The overall percentage and dollar amount previously billed, currently billed and unbilled (l) Name, title, phone number, and mailing address of person to be notified in the event of a defective invoice. (3) Failure to submit invoices directly to this office will delay prompt payment of your invoice. A copy of any invoice submitted for payment must also be forwarded to the Contracting Officer. (4) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract. (5) It is mandatory that a copy of the invoice, and all supporting documentation, shall also be e-mailed to the Contract Specialist, Contracting Officer, and the COR at the addresses cited below regardless of what submission method is used: Contracting Officer: Allen A. Tillman at allen.a.tillman@uscg.mil Contract Specialist: Determined at award. COR: Determined at award. Contractor Performance Assessment Report (CPAR) (a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offerors past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.1502. All information contained in this assessment may be used, within the limitations of FAR 42.1502, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor. Below are additional provisions and clauses required by the FAR, CGAP, or Department of Homeland Security necessary for this acquisition: 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 this/these address(es): www.acquisition.gov (End of provision) 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 this/these address(es): www.acquisition.gov (End of clause) Clauses and provisions incorporated by reference: FAR 52.202-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (MAY 2014) FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (MAY 2014) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.203-19 Prohibition on requiring certain internal confidentiality agreements or statements (JAN 2017) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2016) FAR 52.204-18 Commercial & Government Entity Code (JUL 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) FAR 52.204-22 Alternative Line Item Proposal (JAN 2017) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation (NOV 2015) FAR 52.215-22 Limitations on Pass-Through Charges -Identification of Subcontract Effort (OCT 2009) FAR 52.215-23 Limitations on Pass-Through Charges (OCT 2009) FAR 52.223-6 Drug-Free Workplace (MAY 2001) FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Related to Iran-Certification (OCT 2015) FAR 52.229-3 Federal, State, and Local Taxes (FEB 2013) FAR 52.232-17 Interest (MAY 2014) FAR 52.232-23 Assignment of Claims (MAY 2014) FAR 52.232-25 Prompt Payment (JAN 2017) FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1 Disputes (MAY 2014) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.242-3 Penalties for Unallowable Costs (MAY 2014) FAR 52.242-5 Payments to Small Business Subcontractors (JAN 2017) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.244-6 Subcontracts for Commercial Items (JAN 2017) FAR 52.246-2 Inspection of Supplies - Fixed Price (AUG 1996) FAR 52.246-15 Certificate of Conformance (APR 1984) FAR 52.246-16 Responsibility for Supplies (APR 1984) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.253-1 Computer Generated Forms (JAN 1991) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) HSAR 3052.209-79 Representation by Corporations regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability (Feb 2014) (DHS FAR Class Deviation 14-02) (a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that: (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that: [Offeror please mark] (1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months. (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (c) If the Offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide all information related to the felony or tax liability within 3 business days of the Government's request. (End of provision) HSAR 3052.212-70 Contract Terms and Conditions applicable to DHS Acquisition of Commercial Items (Sep 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. 3052.205-70 Advertisement, Publicizing Awards, and Releases. 3052.242-72 Contracting Officer's Technical Representative. 3052.247-72 F.o.B. Destination Only. (End of clause) (xiv) The Defense Priorities and Allocations System doesn't apply to this procurement. (xv) Offerors shall submit quotes as follows - Vendors shall submit an electronic copy of your firm's quotation to Allen Tillman at allen.a.tillman@uscg.mil using WinZip software no later than May 17, 2017 at 4:00pm (EST). All submissions shall include HSCG40-17-Q-53021 in the subject line of the email. The WinZip password shall be submitted under a separate email by the aforementioned date and time. There is not a character length or mixed case requirement imposed on your password. These submission instructions will also apply to any future correspondence, as applicable, in response to this solicitation. REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price Quote (Please fill-in Pricing); Section 2: Technical Proposal (Must include certification or supporting documentation that parts provided will be OEM. Also please include DUNS Number & SAM registration expiration); Section 3: Past Performance / References Proposal (This section should include the offerors completed representations and certifications. Offeror must provide 1 past performance reference for work performed within the last 3 years.); and Section 4: Any issued amendments to the solicitation. Quote page limit is 10 pages; font size 12 maximum. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about, May 29, 2017. This solicitation has the following attachments: Attachment 1 - Contract Line Item Numbering (CLIN List) Attachment 2 - Statement of Work (SOW) Please note: All prices are firm-fixed-price. A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. This contract type places upon the contractor maximum risk and full responsibility for all costs and resulting profit or loss. It provides maximum incentive for the contractor to control costs and perform effectively and imposes a minimum administrative burden upon the contracting parties. (xvi) Solicitation Point of Contact: Allen A. Tillman II, Contracting Officer, is the point of contact for this solicitation. His phone number is (410) 762-6830.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-53021/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN04493100-W 20170504/170502235338-76506de547ae47083073a554e78b5492 (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.