Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2004 FBO #0802
SOLICITATION NOTICE

J -- PARTS FOR 378' COAST GUARD WHEC

Notice Date
2/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-04-Q-625370
 
Response Due
2/26/2004
 
Archive Date
3/12/2004
 
Point of Contact
Janyce DeCanto, Contracting Officer, Phone (510) 437-3773, Fax (510) 437-3392, - Rebecca Budde, Contracting Officer, Phone 510-437-3988, Fax 510-437-3392,
 
E-Mail Address
jdecanto@d11.uscg.mil, rbudde@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation DTCG85-04-Q-625370 for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS Code is 333612. The small business size standard is 1,000. This is an unrestricted procurement. It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that Coast Guard procurement 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 interested party is encouraged to contact the 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 at 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. This will not preclude re-filing of the protest to meet the requirement. 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 forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for component parts for 378? HIGH ENDURANCE CUTTER (WHEC). The Form, Fit and Function of these parts must be exactly compatible with existing parts and is critical to the safe operation of the cutters. It is the government's belief that only WARTSILA-LIPS or its authorized distributors can provide these critical parts. Note: No Drawings, Specifications or schematics are available from this agency. That information is proprietary to WARTSILA-LIPS and the Coast Guard is unable to supply any information other than part name and part number to prospective offerors. However, other potential sources having the expertise and required capabilities to manufacture these parts to OEM specifications are invited to submit proposals. The Coast Guard has a requirement to procure the following items: CLIN 0001, 08 EACH SUPPORT RINGS, PN-H70160-02-1-5; CLIN 0002, 08 EACH, ADAPTER RING, -PN H-70160-02-1-6; CLIN 0003, 128 EACH, INFLATABLE SEAL BOLTS, PN-H-70160-02-1-7, CLIN 0004, 09 EACH, MECHANICAL SHAFT SEAL -PN-H-850082-A-16-F. However, all offerors may submit a proposal. All potential contractors must demonstrate in writing their ability to produce all parts listed above. All parts are required not later than 15 March 2004 and shall be delivered to CG MLCPAC (vr-2), Coast Guard Island, Building 42, Alameda, CA 94501-5100. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations submitted in response to this solicitation must include: (1) CLIN number, item name, part number, and unit/extended prices; (2) proposed delivery after receipt of order in calendar days for each CLIN; (3) past performance information as required above (4) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped in accordance with best commercial practices; (5) taxpayer identification and Dun & Bradstreet (DUNS) number; (6) Contractors full name, address, and telephone number. Quotations should be written and submitted in a legible format. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this Messing & Berthing requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: Contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. All quotations must be received not later than February 26, 2004, 2:00 Pacific Standard Time. Quotations received after that date will not be considered. Electronic offers submitted via FAX to 510-437-3392 Attn: Janyce DeCanto or by email to jdecanto@d11.uscg.mil; with a copy to bhess@d11.uscg.mil are acceptable and strongly encouraged. The following FAR clauses apply to this solicitation; Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2004). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2003) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2004). The following clauses listed in 52.212-5 are incorporated: 222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.209-6, 52.217-8-9, 52.219-1, 52.219-6, 52.222-18-19, 52.222-21-22, 52.222-25-26, 52.222-35-36, 52.222-41, 52.222-43, 52.222-47, 52.222-49, 52.225-2, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232-33, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. 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 inance 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
SN00516526-W 20040207/040205211530 (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 |
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.