Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2021 SAM #6978
SOLICITATION NOTICE

61 -- Overhaul of Generators

Notice Date
1/4/2021 6:05:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03821QH0000003
 
Response Due
1/4/2021 9:00:00 AM
 
Archive Date
01/19/2021
 
Point of Contact
Lauren Suchy, Phone: 2533345099, MRR Procurement Mailbox, Phone: 2523345024
 
E-Mail Address
Lauren.S.Suchy@uscg.mil, mrr-procurement@uscg.mil
(Lauren.S.Suchy@uscg.mil, mrr-procurement@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A00001 - All quotes are to be provided in accordance with the attachment ""ATTACHMENT 1: �SCHEDULE OF SUPPLIES � 70Z03821QH0000003� that is posted with this solicitation.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part , 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.� Solicitation number 70Z03821QH0000003 is issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 (FAC) effective 23 November 2020. The applicable North American Industry Classification Standard Code is 336411.� The small business size standard is 1,500 employees. �This solicitation is 100% Set-Aside for Small Business.� All responsible sources may submit a quotation which shall be considered by the agency. � It is anticipated that one (1) requirements contract, with Firm Fixed Pricing (FFP), consisting of one (1) one-year base period and, if exercised, four (1) one-year option periods will be awarded on a competitive basis as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP Task/Delivery Orders will be issued off the contract as items are required. The list of items and estimated quantities can be found on Attachment 1 � Schedule of Supplies. All responses shall be properly written and comply with solicitation requirements.�� Restating the solicitation requirements will not be an acceptable response for any of the below criteria. Only the items requested in this solicitation will be considered for award.� Contractors having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.� This overhaul requirement requires possession of US Air Force Technical Orders (AFTOs) or OEM Commercial Maintenance Manuals, specified by the SOW.� Interested parties are reminded that access to technical directives is limited to contractors in possession of a completed and approved DD2345 and Defense Logistics Information Services (DLIS) registration.� A copy of the completed and approved registration form is required with any request.� The Government does not own, maintain or release the technical directives specified by the Statement of Work.� The Government will not delay evaluation and award pending any Offeror�s attempts to obtain the required technical data.� If a subcontractor is utilized the prime contractor must provide evidence that the subcontractor is in possession of the technical manuals. Offerors, other than the Original Equipment Manufacturer (OEM), must include evidence of the following certifications listed below. Note the prime contractor and any subcontractors must possess the required certifications in order to be considered.� ����������� i. Current FAA Repair Facility certificate for the exact category of components specified by the schedule; ����������� ii. OEM certification/authorization/acceptance of same type work performed on the components specified by the schedule; or ����������� iii. US Air Force Certification/acceptance of same type work performed on the components specified by the schedule. Quotes that do not include evidence of required certification(s) will be rejected.� The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause.� Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure components are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.� All parts shall be NEW approved parts. The contractor shall provide documentation with a statement verifying that all parts shall be NEW approved parts. Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate purchase orders, it is determined that the multiple awards will result in the best value to the Government.� For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a purchase order is $500. See the following attachments titled: ATTACHMENT 1: �SCHEDULE OF SUPPLIES � 70Z03821QH0000003� ATTACHEDMENT 2:� �STATEMENT OF WORK � 70Z03821QH0000003� ATTACHEDMENT 3: ��PROVISIONS, CLAUSES, AND TERMS AND CONDITIONS � 70Z03821QH0000003� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUTION CRITERIA. Closing date and time for receipt of offers is 1/4/2021 at 12:00PM Eastern Time.� E-mail quotations may be sent to Lauren S. Suchy at Lauren.S.Suchy@uscg.mil and CC:MRR-PROCUREMENT@uscg.mil. �Please indicate 70Z03821QH0000003 in subject line. � NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program The Coast Guard Ombudsman Program for Agency Protests (OPAP). OPAP is intended to encourage interested parties to seek resolution of their concerns informally within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. It is designed to resolve contractor protests in a faster, less expensive manner than could be accomplished at an external forum. Concerns of interested parties can be resolved through independent, Government binding adjudication taking place outside the procuring activity�s chain of command.� Informal Forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. This can be accomplished through informal discussion between the interested party and the Contracting Officer. During the course of such discussions Contracting Officers shall ensure that the Chief of the Contracting Office (COCO) remains informed of all issues and developments as they occur. If the Contracting Officer is unable to satisfy the concerns of the interested party, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protest through the Ombudsman Hotline at (202) 372-3695. Under this informal process, the agency is not required to suspend contract award or performance. Use of an informal forum does not suspend any time requirements for filing an agency protest or protest with another forum. Interested parties should provide the following information to the Ombudsman in order to ensure a timely response: 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, contractors must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the concerns cannot be resolved by the Contracting Officer, the Ombudsman may conduct an independent review through the informal forum. If the contractor�s concerns cannot be resolved informally, the contractor may file a Formal Agency Protest to either the Contracting Officer, or as an alternative, to the Ombudsman under the OPAP program. No contract award will be made pending resolution of the agency protest. Performance will be suspended during the protest period, if the protest is timely received in 10 days after contract award or within five days after a debriefing date offered to the protester following a timely debriefing request in accordance with the FAR 15.505 or 15.506. An award may be made or performance continued, however, if, justified by the HCA, in writing, for reasons of unusual and compelling urgency or determined by the HCA, 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. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program may be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d7e9c81c75c4c4fa68ebe993cee22b0/view)
 
Record
SN05884316-F 20210106/210104230101 (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.