Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2022 SAM #7432
SOLICITATION NOTICE

47 -- Guide Tubes, LH and RH

Notice Date
4/4/2022 5:46:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03822QJ0000123
 
Response Due
4/11/2022 11:00:00 AM
 
Archive Date
04/26/2022
 
Point of Contact
Michelle Monds, Phone: 2523356774, MRR Procurement
 
E-Mail Address
Michelle.R.Monds@uscg.mil, MRR-PROCUREMENT@uscg.mil
(Michelle.R.Monds@uscg.mil, MRR-PROCUREMENT@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6 and part 13 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 70Z03822QJ0000123 is issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective 30 January 2022. The applicable North American Industry Classification Standard Code is 336413.� The small business size standard is 1,250 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 a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the items found on Attachment 1 � List of Items. At the time of award, the United States Coast Guard (USCG) intends to place an order for the purchase of ten (10) item(s) for Line Item 1.� IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require five (5) additional items for Line item 1 for a maximum quantity of fifteen (15 for Line Item 1at the same price and same lead time as the original order, for up to three hundred and sixty-five (365) days after the initial award date. ***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. At the time of award, the USCG intends to place an order for the purchase of ten (10) item(s) for Line Item 2.� IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require five (5) additional items for Line Item 2 for a maximum quantity of fifteen (15) for Line Item 2 at the same price and same lead time as the original order, for up to three hundred and sixty-five (365) days after the initial award date. ***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. 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 parts 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. 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. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - �LIST OF ITEMS � 70Z03822QJ0000123� SEE ATTACHMENT 2 - �TERMS AND CONDITIONS � 70Z03822QJ0000123� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.� Closing date and time for receipt of offers is 4/11/2022 at 2:00PM Eastern Time.� �Anticipated award date is on or about 4/13/2022.� E-mail quotations may be sent to MRR-PROCUREMENT@uscg.mil, attention Michelle Monds.� Please indicate 70Z03822QJ0000123 in subject line.� NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific 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 urgent and compelling reasons 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 should 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.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f7c15b2aa6d42ba8a158dcb9c0e1ee0/view)
 
Record
SN06288673-F 20220406/220404230056 (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.