SOLICITATION NOTICE
20 -- VA Tech Escher Wyss Activating Crosshead
- Notice Date
- 8/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-04-Q-60518
- Response Due
- 8/17/2004
- Archive Date
- 9/1/2004
- Point of Contact
- Carol Dreszer, Contract Specialist, Phone 410-762-6492, Fax 410-762-6270, - Sandra McKay, Contracting Officer, Phone 410-762-6476, Fax 410-762-6270,
- E-Mail Address
-
cdreszer@elcbalt.uscg.mil, smckay@elcbalt.uscg.mil
- Description
- The USCG Engineering Logistics Center has a requirement for the following: 1) NSN 2010-12-195-2181, Activating Crosshead, VA Tech Escher Wyss, Part No. 8-344-709-1, Qty. 1 Each. The activating crosshead is used as part of the Propulsion System onboard 378' WHEC. Delivery shall be 240 days after award. Substitute part numbers are not acceptable. FOB Destination delivery to USCG Engineering Logistics Center, Baltimore, MD 21226-5000. Note: No drawings or specifications are available from the Government and are proprietary to the Original Equipment Manufacturer, VA Tech Escher Wyss. It is anticipated that a non-competitive sole source purchase order will be issued for this item to: NW Propeller Operations Inc., 7406 27th Street W., Suite 10, Tacoma, WA 98446. It is the Government's belief that only VA Tech Escher Wyss, Ravens burg, Germany or NW Propeller Operations, Inc., VA Tech Escher Wyss's authorized U.S. distributor can furnish the required parts and ensure the proper form, fit and function of all its components. Concerns having the expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than VA Tech Escher Wyss parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered part (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered part has been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR, 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. Quotation No. HSCG40-04-Q-60518 shall include: proposed delivery in days, unit and total price, individually preserved, packed, marked and bar coded (Specifications are available upon request), the company's Tax Identification Number and DUNS Number. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 332999 and the small business size standard is 500 employees. 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 Offerors-Commercial Items (Jan 2004). 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) A completed copy of the representations and certifications is to be submitted with your offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order, Commercial Items (Jun 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR 3052.211-90 Bar Coding Requirements (Dec 2003) HSAR 3052-213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov . Closing date for acceptance of quotation is 17 August 2004. Requests for packaging instructions should be made to Carol Dreszer (410) 762-6492 or via e-mail at cdreszer@elcbalt.uscg.mil. This is a firm fixed price order and shall be awarded using Simplified Acquisition Procedures. NOTICE FOR FILING AGENCY PROTESTS 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 a 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 below: Commandant (G-CPM-S/3) 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593 Telephone (202) 267-2285, Fax: (202) 267-4011.
- Record
- SN00639407-W 20040811/040809211604 (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 |