COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins
Point Road, Building 31, Mail Stop 26, Baltimore, MD, 21226-5000 20 -- PROCUREMENT OF SEABEACON II-5 RACONS AND CONVERSION KITS SOL
DTCG40-00-R-70028 DUE 080800 POC Florence Harwood, Contract Specialist,
Phone 410-762-6455, Fax 410-762-6056, Email fharwood@elcbalt.uscg.mil-- James McGuirk, Contracting Officer, Phone 410-762-6486, Fax
410-762-6056, Email WEB: Visit this URL for the latest information
about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG40-00-R-70028&LocID=493. E-MAIL: Florence Harwood, fharwood@elcbalt.uscg.mil.
This is a combined synopsis/request for solicitation of commercial
items prepared in accordance with the Format in Federal Acquisition
Regulation (FAR) Subpart 12.6, as supplemented with additional
information included in this notice. FAR Subpart 13.5, Test Program for
Certain Commercial Items will be utilized for this acquisition. This
announcement constitutes the only solicitation, proposals are being
requested and a written solicitation will NOT be issued. The
solicitation number is DTCG40-00-R-70028. A Market Survey was conducted
on 26 Jan 2000 under Solicitation #DTCG40-00-R-70008. A
Pre-solicitation notice was posted on 29 Feb 2000 publicizing our
intent to solicit and negotiate only with Tideland Signal Corp. under
authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1.
Provisions and clauses in effect through FAC 97-17 are incorporated and
made a part of this RFP. Applicable Standard Industrial Class Code
(SIC) is 3812, size 750 employees. The acquisition is for a
Requirements type contract for 1 base year and 2 option years for the
purchase of S plus X band beacons and conversion kits, used as Maritime
Aids to Navigation for. Item No. 0001,1001 and 2001: 5 each, Seabeacon
II-System 5 Racon (each to include inspection and test records), Mfr:
Tideland Signal Corp. P/N 0701011-00 (General Marine Use). Item No.
0002, 2001 and 2002: 10 each, Conversion Kits (each to include
inspection and test records), Mfr: Tideland Signal Corp. P/N
9011176-00. Proposals shall include all associated costs for
procurement of, assembly, and testing of the Racons and Conversion
Kits. A copy of the Government's minimal test procedures, to be
observed by Government personnel at the Contractor's plant, will be
made available upon request. Packing shall be in accordance with
MIL-E-17555, level B. Preservation and packaging of the conversion kits
shall be in accordance with MIL-P-116, Method III. Each Racon and
Conversion Kit shall be packed, marked, and shipped separately. Each
shipping container shall be externallymarked in accordance with
MIL-STD-129. Bar coding is required in accordance with Transportation
Acquisition Regulation (TAR) 1252.211-90(OCT 1996), Bar Coding
Requirements. Delivery after issuance of a delivery order: Item 1 is
60/90 days (desired/required). Item 2 is 120/160 days
(desired/required). F.O.B.: Destination, Baltimore, MD. No drawings,
specifications, and schematics are available from this agency. The
following FAR clauses, provisions, and addendums, apply to this RFP.
FAR Provision 52.212-1, Instructions to Offerors -- Commercial (MAR
2000), is incorporated by reference and the following addendum is made
to Paragraph (b) of the provision: Offerors who choose to submit their
proposal on an SF1449 may contact Ms. Harwood for a copy. The following
evaluation procedures are included as an addendum to FAR Provision
52.212-2, Evaluation-Commercial Items (JAN 1999): The Government will
award a contract for the lowest evaluated price of an acceptable offer
which meets all the requirements as provided in this RFP. A written
notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offeror's specified
expiration time, the Government may accept an offer (or part), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. Additional addendums to
FAR 52.212-2 are as follows: FAR Provision 52.217-5, Evaluation of
Options (JUL 1990)- Except when it is determined in accordance with FAR
17.206(b) not to be in the Government's best interest, the Government
will evaluate offers for award purposes by adding the total price for
all options to the total price for the basic requirements. Evaluation
of options will not obligate the Government to exercise the option(s).
The execution of a contract does not constitute authority for the
Contractor to ship any quantity of the items for which it has received
an award. Shipment will only be authorized by a formal Delivery Order
issued by the U.S. Coast Guard Engineering Logistics Center (ELC),
against said contract. The quantities shown are estimates of the Coast
Guard ELC annual requirements and are not definitely ordered hereby.
However, upon award of a contract, the Coast Guard ELC is obligated to
order hereunder, such quantities as may be needed to fill its
requirements for the items during the term of this contract. Except as
otherwise provided for herein, the Contractor is obligated to provide
all such quantities as may be required to accomplish each particular
delivery order. The following FAR Clauses apply: FAR 52.216-18,
Ordering (OCT 1995) is incorporated by reference with the following
text fill in from paragraph (a) of the clause: (a) Any supplies and
services to be furnished under this contract shall be ordered by
issuance of delivery orders or task orders by the individuals or
activities designated in the Schedule. Such order may be issued from
the award date through the contract expiration date. FAR 52.216-19,
Order Limitations (OCT 1995)- (a) Minimum order: When the Government
requires supplies or services covered by this contract in the amount of
less than $50 per Delivery Order, the Government is not obligated to
purchase, nor is the Contractor obligated to furnish, those supplies or
services under the contract. (b) Maximum order: The Contractor is not
obligated to honor- (a) Any order for a single item in excess of
$300,000.00, (2) Any order for a combination of items in excess of
$500,000.00, (3) A series of orders from the same ordering office
within 30 days that together call for quantities exceeding the
limitation in subparagraph (1) or (2) above. (c) As this is a
requirements contract (i.e. includes the Requirements clause at
subsection 52.216-21 of FAR), the Government is not required to order
a part of any one requirement from the Contractor if that requirement
exceeds the maximum-order limitations in paragraph (b) above. (d)
Notwithstanding paragraphs (b) and (c) above, the Contractor shall
honor any order exceeding the maximum order limitation in paragraph
(b), unless that order(s) is returned to the office within 15 days
after issuance, with written notice stating the Contractor's intent not
to ship the item(s) called for and the reasons. Upon receiving this
notice, the Government may require the supplies or services from
another source. FAR 52.216-21, Requirements (OCT 1995) is incorporated
by reference with the following text fill in from paragraph (f) of the
clause: The contract shall govern the contractor's and the Government's
rights and obligations with respect to that order to the same extent as
if the order were completed during the contract's effective period;
provided, that the Contractor shall not be required to make any
deliveries under this contract after 160 days from the contract
expiration date. The following text is applicable to paragraph (f) of
the clause: Contractor shall not be required to make any deliveries
under this contract after 160 days from the contract expiration date.
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 1989)- (a)
The Government may extend the term of this contract by written notice
to the Contractor at least 60 days before the contract expires. (b) If
the Government exercises this option (s), the extended contract shall
be considered to include this option(s) provision. (c) The total
duration of this contract, including the exercise of any options under
this clause, shall be three (3) years from date of award. Offeror's
are instructed to include a completed copy of FAR Provision 52.212-3,
Offeror Representations and Certifications-Commercial Items (FEB 2000),
with their proposal. A copy of FAR 52.212-3 will be provided upon
request. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial
Items (MAY 1999) is incorporated by reference and the following
addendum is made to Paragraph (a) of the clause: A Plant Inspection
will be performed by Government personnel at Contractor's plant. Upon
completion of the inspection, the Government Inspector will authorize
the release of all material as designated for shipment on a DD Form 250
(Material and Inspection Receiving Report). Each kit, inspection, and
test record shall be listed by serial number on the DD-250. Inspection
will be made at destination for quantity, damage, and substitution
only. Acceptance will occur at source, provided material meets the
requirements as stated in this RFP. FAR Clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (JUNE 2000) applies to this RFP and the
following clauses cited in the clause apply: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alt I (41 U.S.C. 253g and
10 U.S.C. 2401), 52.219-8, Utilization of Small Business Concerns (15
U.S.C. 637(d)(2) and (3), 52.219-9, Small Business Subcontracting Plan
(15 U.S.C. 637(d)(4), 52.222-21, Prohibition of Segregated Facilities
(Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with
Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1,
Buy American Act-Balance of Payments Program-Supplies (41 U.S.C.
10a-10d), 52.232-34, Payment by Electronic Funds Transfer-Other than
Central Contractor Registration (31 U.S.C. 3332). Closing date and time
for receipt of offers is 8 August 2000 2:00 p.m. Eastern Standard Time.
Offerors must submit the following to be considered for award: 1.) A
completed copy of FAR Clause 52.212-3, 2.) Unit prices for each
contract line item and all corresponding option years, and 3.)
Contractor's proposed delivery schedule. Mail offers to Commanding
Officer (Code 047), Coast Guard Engineering Logistics Center, Attn:
Florence Harwood, Bldg 31, 2nd Floor, 2401 Hawkins Point Rd, Baltimore,
MD 21226-5000. Facsimile Offersare NOT acceptable. Direct questions to
Ms. Florence Harwood, Contract Specialist, at (410) 762-6455.
Questions and requests for copies of FAR clauses/provisions may be
accessed via the internet at www.arnet.gov. Offerors must contact Ms.
Harwood to request a copy of any amendment(s), otherwise, a formal
notice of changes will be issued in the Commerce Business Daily via an
amendment. Minority, Women-owned, and Disadvantaged Business
Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term
Lending Program (STLP) offers working capital financing in the form of
lines of credit to finance accounts receivable for transportation
related contracts. Maximum line of credit is $500,000 with interest at
the prime rate. For further information call (800) 532-1169. Internet
address: http://osdbuweb.dot.gov. For information concerning the
acquisition, contact the contracting officials listed above. SEE
NUMBERED Note 22. ***** Posted 07/24/00 (D-SN477930). (0206) Loren Data Corp. http://www.ld.com (SYN# 0449 20000727\20-0003.SOL)
| 20 - Ships and Marine Equipment Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|