SOLICITATION NOTICE
20 -- TERMINAL, VENTILATION DUCT
- Notice Date
- 7/13/2023 12:01:01 PM
- 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
- 70Z08023QCV320
- Response Due
- 7/25/2023 7:00:00 AM
- Archive Date
- 08/09/2023
- 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) TERMINAL, VENTILATION DUCT NSN: �� 2040 01-640-7145 PN: ���� 270400483 MFG: � LIVOS TECHNOLOGIES / DOMETIC MAR QTY: �� 26 EA ENGINE ROOM AND GENERATOR ROOM SUPPLY AND EXHAUST FIRE DAMPER 24VDC DAMPER STAINLESS STEEL A-60 LLOYDS APPROVED W/2 4 VDC ACTUATOR, 25 1/2"" W X 25 1/2"" H X 5 7/8"" D (DAMPER A-60 SS 24VDC 648X648). ACTUATOR INCLUDED. ****USE PART NUMBER: 270400483 ONLY******* INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 SINGLE-WALL FIBERBOARD BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR-CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. 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. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A MARKED FOR: RECEIVING ROOM, Baltimore MD 21226 All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. 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 (Mar 2023) 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 resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� The NAICS code for this solicitation is 333618 and the business size standard is 500. 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 July 25, 2023, at 10:00 AM EST. Please send all correspondences to Jesus Yutig at Jesus.C.Yutig.CIV@USCG.mil. 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 Commercial 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 (Dec 2022); 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 Other than Full and Open Competition Acquisitions Under $150K 1. Vessel: 154� WPC Coastal Patrol Boat 2. PR#____________________________ 3. Description of Supplies or Services: The purchase of twenty six (26) Ventilation Terminal Duct or Fire Damper, P/N: DA60-24, NSN: 2040-01-640-7145, components of the ventilation & fire damper system on the 154� WPC coastal patrol vessels. 4. Estimated Value of Procurement: Estimated cost: 5. Source Available: Vendor Name: Livos Technologies LLC. DBA Dometic Group 3201 SE Railroad Ave. Stuart, Fl. 34997-4906 POC: Nelson Frolund Phone: (954)366-2780 Vendor Name : Dometic Corporation Dometic Corp Marine Division 13551 Trinton Park Blvd Ste1000 Louisville, KY 40222-4196 POC : Nathan Farr Phone : (804)559-6403 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 LIVOS TECHNOLOGIES, LLC is the Original Equipment Manufacturer (OEM) of the Ventilation Terminal Duct or Fire Damper currently in use on the 154� WPC patrol vessels. Dometic Corporation has purchased the LIVOS TECHNOLOGIES, LLC. This contract is intended to enable the Coast Guard to keep these vessels at their original operating capability, current mission requirements and maintain configuration/logistics control. Working in partnership with the OEM is in the best interest of the Coast Guard.� The Ventilation Terminal Duct or Fire Damper must conform to design, size, materials, configuration, and operational requirements as well as be electrically compatible with the existing electrical system on board the 154� WPC patrol vessels. The Ventilation Terminal Duct or Fire Damper when in operation provide outside air to exchange with the existing air in the vessel maintaining a steady flow of fresh air and positive pressure throughout the vessel up until there is a fire in which then the Fire Damper Closes no longer allowing fresh air to fuel the fire even more. This system provides fresh air for the crew and well as keeping positive pressure inside the vessel while also stopping the spread of flames throughout the ship and overall fueling a possible fire. The 154� patrol boats have been in service for many years and 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 LIVOS TECHNOLOGIES, LLC Ventilation Terminal Duct or Fire Damper identified in this acquisition were designed and tested to meet manufacturer requirements and specifications when the vessels were built. A failure of this system during vessel operations could cause personal injury as well as reduced engine efficiency and power, electrical overloading, crew discomfort due to stale air, mold growth or electrical fire. Any reduction of engine efficiency or failure of electrical power will cause a multitude of other very serious problems. Any failure of substituted or aftermarket parts could delay mission response, jeopardize the safety of the vessel and crew possibly causing loss of life, property or damage to the environment. The reliability of the LIVOS TECHNOLOGIES, LLC Ventilation Terminal Duct or Fire Damper is known and acceptable; they have met Coast Guard mission requirements and safety standards through nearly a decade of unrestricted use and thousands of operational hours. Determining the equivalency of any non- LIVOS TECHNOLOGIES, LLC Ventilation Terminal Duct or Fire Damper will require operational testing, design reviews and possible system/sub-system re-engineering to determine their suitability. This effort will require costs that would be diverted from other logistics elements which would then impact other support areas for the 154� WPC fleet. Failing to perform these additional efforts and accepting without evaluation so called equivalent Ventilation Terminal Duct or Fire Damper is unacceptable and may result in potential personal injuries, reduced reliability, reduced safety, increased maintainability and increased logistical costs which will impact future Coast Guard Mission requirements. 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. All reproduction manufacturing drawings, specifications, and other technical data pertaining to the Ventilation Terminal Duct or Fire Damper were not purchased when these Vessels were purchased 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 Ventilation Terminal Duct or Fire Damper 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 shall provide documentation certifying parts provided meet LIVOS TECHNOLOGIES, LLC standards and specifications as they pertain the Coast Guard 154� WPC vessel application. 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. Due to the fact the Coast Guard does not own the required drawings, specifications, technical data etc. to evaluate other than the OEM Ventilation Terminal Duct or Fire Damper and it is unlikely LIVOS TECHNOLOGIES, LLC will sell the data rights to the Coast Guard, it is not anticipated that any future requirements will be full and open competition. The Coast Guard cannot force any OEM to release proprietary information and it is unlikely the Coast Guard will have the required funding to purchase such rights if they were offered by LIVOS TECHNOLOGIES, LLC or have the Ventilation Terminal Duct or Fire Damper reverse engineered. However, every attempt will be made to obtain the applicable drawings, specifications, etc. from the OEM before any subsequent acquisitions occur. The COR will engage the Coast Guard SFLC Patrol Boat Product Line (PBPL) command to request funding to reverse engineer the Ventilation Terminal Duct or Fire Damper or to obtain drawings that can be used for manufacture.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a93aa8103fb944729983a5b98dfbc473/view)
- Record
- SN06747715-F 20230715/230713230055 (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 |