Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

J -- LINE BORE INSPECTION CGC SPENCER

Notice Date
4/21/2020 9:14:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z080-20-Q-P4592000
 
Response Due
3/31/2020 7:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Becky Meyer, Phone: 7576284642, Michael Colisao, Phone: 7576284664
 
E-Mail Address
Becky.M.Meyer@USCG.MIL, michael.colisao@uscg.mil
(Becky.M.Meyer@USCG.MIL, michael.colisao@uscg.mil)
 
Description
Mod 1: New Statement of Work, please see the SOW in Attachments/Links. Mod 2: New SF18 in Attachment/Links. This is a combined synopsis/solicitation 70Z080-20-Q-P4592000 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 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.� This is a total small business set-a-side.� The NAICS code for this solicitation is 333618. 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.�� THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS PROVIDE PRICING FOR THE FOLLOWING: ***THIS WORK IS RESTRICTED TO CATERPILLAR AUTHORIZED SERVICE CENTERS ONLY*** REQUIREMENT: The contractor shall provide pricing for the following in accordance with the attached statement of work (SOW): The U.S. Coast Guard is completing an overhaul of a ship service diesel generator.� This engine is a Caterpillar D-398 series.� The engine serial number is 66B09852.� As part of our overhaul process we need to determine if the crankshaft bore alignment is correct or must be trued via machine work. �The purpose of this inspection is to compare the actual crank line bore measurements as found upon engine disassembly to the Caterpillar (OEM) specifications for a D-398 engine.� Once the readings have been taken the machinist is to provide a preliminary report to the ships Engineer Officer detailing the results for each main bearing.� The report must include a recovery plan detailing what actions should be taken (if necessary) to return the bores to OEM specifications. LOCATION: � ����������� USCGC SPENCER ���������� c/o CG Integrated Support Center ���������� 427 Commercial St. ���������� Boston, MA 02109-1094 PERIOD OF PERFORMANCE: 15 AND 16 June 2020 ����������� ���������� *** The vessel will have the NO. 2 Ship Service Diesel Engine completely ���������� disassembled and flipped upside down to facilitate the crankshaft line bore ��������� �inspection.� The work will be completed within CGC SPENCERs engine room QUOTE DUE DATE: 31 March 2020 As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: � Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation, is technically acceptable and more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 31 March 2020 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky M. Meyer via email Becky.M.Meyer@uscg.mil and telephone(757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2019) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via Beta Sam.Gov with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2020) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2020) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019) FAR 52.222-55 - Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 -�� Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 -�� Protest After Award (Aug 1996) FAR 52.233-4 -�� Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8768f49341564ca3999e768d8368175e/view)
 
Place of Performance
Address: MA 02109, USA
Zip Code: 02109
Country: USA
 
Record
SN05630645-F 20200423/200422060350 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.