SOLICITATION NOTICE
16 -- Procurement of HC-130 Chemical Toilet Tanks
- Notice Date
- 7/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-02-R-H00005
- Response Due
- 8/26/2002
- Point of Contact
- Nancy DeBerry, C130 Contract Specialist, Phone 252-335-6291, Fax 252-335-6452, - Martha Hebrew, C130 Contracting Officer, Phone 252-335-6557, Fax 252-335-6452,
- E-Mail Address
-
NDeberry@arsc.uscg.mil, MHebrew@arsc.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Parts 12 and 13.5. This announcement constitutes the only solicitation; firm-fixed-price proposals for procurement of the following items are being requested and a written solicitation will not be issued. Solicitation number DTCG38-02-R-H00005 is being assigned to this procurement for tracking purposes only and this synopsis/solicitation is being issued as a Request for Proposal (RFP). The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2001-07. This requirement is unrestricted, the North American Industry Classification Code is 336413 and the size standard is 1000 employees. The anticipated contract term shall be from date of award through final delivery; there are no option periods. The Coast Guard seeks to award one contract for the procurement of the following items and the corresponding quantities; firm-fixed prices are required for these items. Offerors must submit firm-fixed prices for one (1) Tank Top Assembly Unit for the Chemical Toilet System for the HC-130 aircraft as a prototype unit for First Article Test and Evaluation as well as firm-fixed prices for a remaining production balance of twenty-seven (27) tank top assemblies. The prototype unit must conform to the same form, fit and function as the present tank top assembly, Part Number 2901-001. Part Number 2901-001 is manufactured by Monogram System of Compton, California and the specifications and drawings for the Chemical Toilet System are proprietary. The Coast Guard will make available for inspection, measurement, photographs, and sketches of the tank top assembly currently in use. Upon request, a copy of the Illustrated Parts Breakdown (IPB) showing part numbers and location of top-end components will be made available. Offerors must respond within ten (10) calendar days of this announcement or no later than 30 July 2002 to request access to the existing Chemical Toilet System. A date and time for access to the existing system will be forwarded immediately following the ten (10) day period. Minimum requirements: The tank top assembly must have a manually controlled open/close shut-off valve that maintains the holding tank?s contents within the holding tank until servicing is required. The top-end/external components (motor-pump-filter assembly, check valve and toilet bowl) from the Chemical Toilet System currently in use must be usable on the new tank top assembly. Within ninety (90) days of award, the successful awardee must provide the prototype unit and install the unit for evaluation and testing. The prototype unit will be evaluated for form, fit and function for a period of 6 months and evaluation will consist of the following factors: There shall be no leakage from the tank, valve, or the connecting flexible duct assembly; the shut-off valve must not allow any fluid to enter the connecting flexible duct assembly under normal operating conditions (other than actual servicing). At any time during the evaluation period, the contractor will be notified, as necessary, to make required changes to meet form, fit and function at no additional cost to the government. If changes or corrections are required, the contractor will have 30 days to accomplish the changes/corrections. The first article evaluation period will recommence upon completion of changes/corrections and the length of the evaluation period will be negotiated, not to exceed a maximum of 180 days. Failure to obtain First Article Approval at this time may result in termination of the contract at no cost to the government. Upon successful evaluation, subject to availability of funds, a delivery order will be issued for the production of twenty-seven (27) tank top assembly units, to be manufactured inclusive of any changes/corrections noted during the evaluation period. Delivery of the twenty-seven (27) units is required within 180 days of issuance of the delivery order. This requirement will be satisfied as a ?Best Value? procurement; the technical factors listed herein are considered to be significantly more important than offered price. However, as technical evaluations become more equal among competitors, price will become the deciding factor for award. The technical evaluation factors are listed in descending order of importance. More credit will be given for more relevant information and more credit will be given for most recent information. Offeror?s are required to submit data relevant to delivery performance and number of Quality-Related Failures for the manufacture and maintenance for the tank top assembly submitted for First Article Testing. Offerors must provide a listing of users of the tank top assembly proposed for evaluation, inclusive of a Point of Contact, agency or company name, and telephone number and email address. Offerors must submit a data package sufficient to discern overall product design (form, fit and function), compatibility with the existing Chemical Toilet System, and ease of use of the mechanical open/shut valve and overall weight. The data package must provide information pertinent to installation, operation, service and maintenance of the tank top assembly for Coast Guard crews. Inspection and acceptance of the production units shall be performed by USCG ARSC Quality Assurance personnel at destination. Additionally, a Certificate of Conformance in accordance with FAR 52.246-15(b) is required with each component shipped. F.o.b. point shall be destination. Production items shall be shipped to USCG ARSC, Receiving Section, Bldg. 63, Elizabeth City, NC 27909-5001 unless otherwise directed by the delivery orders. Copies of packing slips and the Certificate of Conformance shall be affixed to the outside of the shipping container. Packaging of the items for shipment shall be in accordance with the Contractor?s best commercial practices with the following exceptions. Each item or unit must be individually packed in a separate box, carton, or crate. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Contract Number, Line Item, and Delivery Order Number. Only Bar Coding of the National Stock Number is necessary. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Each unit shall be packaged to protect against electrostatic damage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period of one year, but no preservation coating will be applied directly to the component. Packaging material shall NOT consist of the following material: popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Offers are required by close of business on 26 August 2002. Facsimile offers are acceptable and may be forwarded via fax number 252-335-6452. Offeror?s are instructed to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications?Commercial Items (May 2002) with their offers. Offerors that do not have access to these certifications may request a copy from the point of contact referenced above to obtain them. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items (Oct 2000); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (May 2002); FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Jul 1995), Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000); FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Dec 2001) FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37; Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), FAR 52.225-3, Buy American Act?Supplies (May 2002); FAR 52.233-3, Protest After Award (Aug 1996),. FAR 52.212-4 applies and is tailored as follows: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; (Jan 1997); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-4, Printing/Copying Double-Sided on Recycled Paper (Aug 2000); FAR 52.204-9, First Article Approval?Government Testing (Sept 1989); FAR 52.211-15, Defense Priority and Allocation Requirements (Sep 1990); FAR 52.216-18, Ordering (Oct 1995) para (a)?date of award? through ?expiration date of contract.?; FAR 52.216-19, Order Limitations Para (a)?one (1) each?,Para (b)(1) ?the total estimated contract line item quantity.? Para (b)(2) ?50% of the total estimated contract line item quantity.? Para (b)(3) ?15 calendar days.? Para (d) 15 calendar days.? (Oct 1995); FAR 52.216-21, Requirements Para (f) ?150 days beyond contract expiration.? (Oct 1995); FAR 52.243-1, Changes-Fixed Price (Aug 1987) Alternate I (Apr 1984); FAR 52-249-1, Termination for Convenience of the Government (Fixed-Price)(Short-Form) (Apr 1984); FAR 52.247-45, F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984). Defense Priorities and Allocations System Rating: DO-A1. Notice to Offerors: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone (202)267-2285; Fax No. (202)267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer, and solicitation closing date. ATTENTION: 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.
- Record
- SN00117416-W 20020718/020717061723 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |