Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

20 -- OPEN, INSPECT, AND REPORT HEAT EXCHANGER

Notice Date
2/13/2020 11:50:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08020QZB024
 
Response Due
2/18/2020 10:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Charles shughrue, Phone: 4107626249, Fax: 4107626715
 
E-Mail Address
charles.b.shughrue@uscg.mil
(charles.b.shughrue@uscg.mil)
 
Description
The USCG Surface Forces Logistics Center PATROL BOAT Product Line has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: LINE: 1 � NSN: 4420 99-736-0401 HEAT EXCHANGER PRELIMINARY INSPECTION REQUIREMENTS The Contractor shall disassemble, clean and inspect the Heat Exchanger to obtain the overall condition and determine the estimated cost of overhaul. A detailed report and repair plan including material, labor rate, labor hours, overhaul, testing, preservation, packaging, packing, marking, bar-coding and crate repair or replacement costs shall be submitted to the Coast Guard Contracting Officer for approval. The Heat Exchanger shall be overhauled to a serviceable ""A"" condition, which shall restore the operating, coating and performance characteristics to the ""original"" design and technical specifications as listed above. Serviceable ""A"" condition is defined as a reconditioned Heat Exchanger meeting all required design specifications and design dimensions in accordance with Serck Heat Transfer and being capable of functioning and performing in the same manner as an identical new Heat Exchanger although it may not have the appearance of a new Heat Exchanger. Overhaul shall be performed in accordance with Serck Heat Transfer specifications and standards, which are proprietary to Serck Heat Transfer. No further work shall be accomplished until the report is approved in writing by the Coast Guard Contracting Officer. MFG NAME: MAN B&W DIESEL LTD PAXMAN PART_NBR: OD29652 Quantity:� SIX (6) each. � All replacement parts used for this specification shall be new Original Equipment Manufacturer (OEM) parts. Reclaimed, recycled or aftermarket parts are not acceptable and shall not be used unless approved by the Contracting Officer in writing. The overhaul facility or any subcontractors shall not manufacture parts to be used on overhauled assemblies, unless approved in writing by the Contracting Officer. Parts not normally manufactured by the OEM such as seals, ball / roller type bearings, gaskets etc. shall be equal to the quality of such parts originally installed by the OEM, but are not required to be supplied by the OEM. � Items as received by the contractor must be complete and of the proper cited part number.� Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Item shall be inspected IAW the attached Scope of Work to determine the extent of required overhaul.� This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, 2020-04 (JANUARY 2020), 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 811310 and the small business size standard is $7 million. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same. The closing date and time for receipt of quote FEBRUARY 18 at _1:00_ p.m. Eastern Standard Time. Quotes may be submitted to charles.b.shughrue@uscg.mil and include the following information:� LINE: 1 I. PRICING: (1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________�������� (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2) Inspection Charge per Item: ��$ __________�������� (This price shall also be the price the Government will be obligated to pay if any is determined to be beyond economical repair). (3) Estimated Labor Charge to Repair Each Item: ���____���� HRS ��x���� $ ________�� (Labor Rate) =� $ ______�������� (This cost shall only be used by the U.S. Government to estimate final repair costs.� The actual charge will be negotiated based on the inspection report.)� (4) Preservation, packaging, and marking: $ ___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5) Mandatory Replacement Parts: (Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.) (6) Contingency Replacement Parts: ������ (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.) (7) Replacement cost for new Item (if available):� �$ ___________��� (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: ����$ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) OR� �Firm Fixed Price repair cost per item: ____________ (No inspection report required unless items are found to be Beyond Economical Repair) � (9) Place of Performance*: ________________________________________________________ *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order � II. �DELIVERY SCHEDULE Our requested delivery schedule is as follows: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __5___ calendar days from receipt of items by the company Inspection Report(s) - __15___ 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 Repair (when authorized) - __45___ calendar days after receipt of Contracting Officer�s authorization to proceed� If the required delivery schedule cannot be met, please indicate a proposed schedule below: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� _____ calendar days from receipt of items by the company Inspection Report(s) - ____ 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 Repair (when authorized) - _____ calendar days after receipt of Contracting Officer�s authorization to proceed� III.� TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION Award shall be made without discussion 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: 1. Technical Capability. Technical capability shall be evaluated on the company�s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items. � � 2. Past Performance.� ��� Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement.� Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.� The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company�s past performance.� The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office. 3. Delivery Schedule (if applicable).� [Any other factors that may be important to the Government for this solicitation may also be included in this section � i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb� 2012) with Alternate I.� Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph�(b) of this provision must be completed. � The following FAR Clauses apply to this solicitation.� Interested companies may obtain full text versions of these clauses electronically at www.arnet.gov:� FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov. 2014); FAR� 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Aug 2011).� FAR 52.212-5 is attached 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44daa8dc0fb5486cb3dd306cd6f25a3f/view)
 
Place of Performance
Address: AFG
Country: AFG
 
Record
SN05562001-F 20200215/200213230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.