Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

66 -- TRANSMITTER, PRESSURE

Notice Date
5/23/2023 5:43:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08023QCV173
 
Response Due
5/30/2023 7:00:00 AM
 
Archive Date
06/14/2023
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626249
 
E-Mail Address
JESUS.C.YUTIG.CIV@USCG.MIL
(JESUS.C.YUTIG.CIV@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part: Item 1) TRANSMITTER, PRESSURE NSN: �� 6685 01-653-9821 PN: ���� 247204 (new part number MFG#PT-400 / 549018-4048 ""APG�) MFG: � GEMS SENSORS INCORPORATED QTY: �� 17 EA FUEL OIL TANK SENSOR USED ON THE 154' WPC VESSELS.� INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E MET HOD 10, EACH ITEM SHALL BE PLACED IN AN APPROPRIATELY SIZED ASTM-D5118 HEAVY DUTY FIBERBOARD BOX, CUSHIONED AND PACKED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. ***** SFLC HAS A HISTORY OF IMPROPER PP&M FROM THIS OEM. PRIOR TO SHIPPING, THE VENDOR SHALL PROVIDE PHOTOS TO THE CONTRACTING OFFICER SHOWING THE PP&M FOR APPROVAL. *****MARKING SHALL MEET THE REQUIREMENTS OF MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. ALL ITEMS RECEIVED ARE INSPECTED UPON ARRIVAL. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR-CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION. UNTIL CORRECTED THESE ITEMS WILL NOT BE RECEIPTED FOR AND WILL BE SHIPPED BACK TO VENDOR. THIS WILL DELAY CONTRACT PAYMENT. The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements.� Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Brand Name part is mandatory to be considered for award, offers of �equal� products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (Dec 2022) 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 332510 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.� Award will be lowest price technically acceptable.� The Coast Guard intends to award on a Firm Fixed Price Contract. 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 System for Award Management (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is May 30, 2023, at 10:00 AM Eastern Standard Time Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, BLDG 88A, Receiving Room All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commecail Services (Dec 2022) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Mar 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022). The following clauses listed within FAR�52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)(22 U.S.C.Chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf. Justification for Sole Source Justification for Simplified Acquisition Threshold 1. Vessel: 154� WPC Fast Response Cutter 2. PR#_____________________________ 3. Description of Supplies or Services: a. The purchase of seventeen (17) Transmitter, Pressure, P/N: 247204, NSN 6685-01-653-9821, components of the 154� WPC Fast Response Cutters Fuel Oil Tank System.��(new part number MFG#PT-400 / 549018-4048 ""APG�) 4. Estimated Value of Procurement: 5. Source Available (OEM) Gem Sensor Incorporated 1 Cowles Rd Plainville, Connecticut 06062 Phone: (800) 378-1600 POC: Kim Karvoski 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: XX Brand Name Mandatory 7. Impact Statement: The Pressure Transmitters used in 154� WPC Fast Response Cutters is a highly complex commercial off the shelf system comprised of many interrelated parts. This system was procured as a whole and was originally described as such by the Government; procurement was not based on Government specified descriptions of all of the various components contained within, and the Government has not bought those descriptions of those parts. Other than basic part/component descriptions (part numbers, etc.) provided by GEMs sensors Inc., the Government does not possess technical specifications, tolerances etc. to provide to the various facilities to allow for full and open. The Pressure Transmitters identified in this justification are used in the fuel tanks Pressure System and provides protection for the system not to over pressurize. The reliability of the fuel system, which is an important system on the 154� WPC platform, is critical to mission and safety; and failure could potentially result in flooding, fire and/or loss of life. The reliability of the Gem Sensors Inc. is known and acceptable; they have met Coast Guard mission requirements and safety standards through years of unrestricted use and thousands of operational hours. These vessels routinely operate in bad weather and heavy sea state conditions during the course of their multi-mission operations in support of Homeland Security in international and territorial waters. These missions include search and rescue, law enforcement, migrant interdiction, drug enforcement and human trafficking prevention. The Pressure Transmitters and subsequent parts are standard throughout the 154� WPC Fast Response Cutters. Any attempt to use non-GEMs Sensor Inc. Pressure Transmitters without proper specifications, drawings, and technical data could cause fire, flooding, equipment failure and subsequent failure to meet unit mission requirements. Any failure of substituted parts would jeopardize the safety of the vessel and crew possibly causing loss of life and property. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. GEMs Sensor Inc is the Original Equipment Manufacturer (OEM) and can guarantee compatibility and interchangeability of the Pressure Transmitters listed in this justification. All reproduction manufacturing drawings, specifications, and other technical data pertaining to the Fuel Tanks and associated parts were not purchased when the vessels were built by the Coast Guard and are not available for use by the Coast Guard now. The Coast Guard does not possess manufacturing data required to obtain full and open competition. Further, the scope of manufacturing, special tools and equipment required to manufacture the various parts are unknown. The technical data that is needed is proprietary. Without the adequate data, the Coast Guard is not capable of evaluating equal or alternate parts manufactured by other than the OEM. The use of OEM parts will insure components and processes are sufficient to enable physical and functional interchangeability, as well as identifying source, size, configuration and performance requirements. Vendors other than the OEM quoting on this requirement shall provide documentation showing the Pressure Transmitters they are offering is authentic GEMs Sensor Inc. as it pertains to usage on the 154� WPC Coast Guard vessels. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. The COR will continue to conduct market research with a focus on the locating vendors with the required specialized capabilities needed for this type of work, however without technical data described above obtaining full and open competition will be very difficult. The Coast Guard cannot require a vendor to release proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cb935c86cb741cfb0f3a06aed8a97ca/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06692100-F 20230525/230523230122 (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.