Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
MODIFICATION

20 -- SEAL ASSY, STERN TUBE AND BULKHEAD

Notice Date
11/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-60501
 
Archive Date
12/24/2010
 
Point of Contact
Ronald Almond, Phone: 410-762-6451, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
ronald.almond@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(ronald.almond@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-60501 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. (iv) This is an unrestricted acquisition for vendors that can provide Wartsila Defense, Inc. items to meet the requirements specified herein. The North American Industry Classification System (NAICS) code is 336611 for this requirement and the Small Business size standard is 1000 employees. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Contract for the acquisition of Seal Assembly Stern Tube and Bulkhead Seal Assembly for the support of the U.S. Coast Guard 65/75' River Tenders. The Government will not pay for information solicited. All responsible sources may submit a quotation, which if timely received, will be considered by the Agency. It is the Government's belief that only Wartsila Defense, Inc. the original equipment manufacturer (OEM) or their authorized distributors possess the required capabilities to manufacture the replacement seal assemblies that are compatible and interchangeable with the rudder and propulsion systems to ensure the proper fit, form and function of all its components. All reproduction manufacturing drawings, specifications and other technical data pertaining to the various seal assemblies parts are not available within the government and are proprietary to the Original Equipment Manufacturer (OEM), Wartsila Defense, Inc. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns other than OEM that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. (v) The following Contract Line Item Numbers (CLIN's) shall apply: CLIN 0001: ACN: 2040 01 LG9 5011, SEAL ASSEMBLY, STERN TUBE IN SUPPORT OF 75 FOOT USCG INLAND RIVER TENDERS. WARTSILA DEFENSE, INC. PART NO. H74537-02, QUANTITY: 8 AY. DELIVERY REQUIREMENTS: TWO (2) AY NO LATER THAN 1/6/11 TWO (2) AY NO LATER THAN 2/9/11 FOUR (4) AY NO LATER THAN 5/11/11 CLIN 0002: ACN: 2040 01 LG8 8864, BULKHEAD SEAL ASSEMBLY IN SUPPORT OF 65 FOOT USCG INLAND RIVER TENDERS. H703000000114.30 ND SEAL COMPLETE, 4.500 INCH / 114.30 MM. SHAFT DIAMETERS. WARTSILA DEFENSE, INC. P/N H70300, QUANTITY: 8 AY. DELIVERY REQUIREMENTS: TWO (2) AY NO LATER THAN 1/6/11 TWO (2) AY NO LATER THAN 2/9/11 FOUR (4) AY NO LATER THAN 5/11/11 SALIENT TECHNICAL REQUIREMENTS: It is anticipated that a brand name Contract will be issued for the above items to Wartsila Defense, Inc. These Seal Assemblies are the components used on the 65/75 foot Inland River Tenders and that any of the replacement part components must have the EXACT DESIGN CHARACTERISTICS. Connections and mountings must be of original size, location, and configuration in order to fit a location without modification to the existing panel or machinery. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING REQUIREMENTS: PACKAGING REQUIREMENTS: EACH ITEM AS DEFINEED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD OF PACKAGING IS STANDARD COMMERCIAL DEFINED AS THE WAY ITEMS ARE SOLD AND SHIPPED TO THE PUBLIC OVER THE COUNTER (PROVIDING EACH ITEM IS INDIVUALLY PACKAGED) AND WILL PROVIDE PROTECTION TO THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR REDISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM COAST GUARD WAREHOUSE FACILITY. MARKING REQUIREMENTS: EACH ITEM AS DEFINED BY ITS "UNIT OF ISSUE" SHALL BE MARKED IN CLEAR PRINTED LETTERING WITH THE FOLLOWING OMENCALTURE: COAST GUARD 13 DIGIT STOCK NO., CG UNIT OF ISSUE, MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO. FAILURE TO COMPLY WITH STATED PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED AT VENDOR'S EXPENSE. (vii) PLACE OF DELIVERY IS: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Contract Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Surface Forces Logistics Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the contract number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. Acceptance is subject to revocation for non-conformities from OEM specifications for form, fit and function at the time of delivery or at the time of installation, due to the difficulty in ascertaining conformance to requirements inherent in internal engine parts and where any discrepancy is induced by difficulty of discovery of contractor's quality assurances when delivery was made. (viii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, delivery and technical information as required in accordance with FAR 52.212-2 (Jan 1999), Evaluation-Commercial Items, paragraph (ix) below. Offerors shall include a completed copy of the provision at 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items with their offer. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The following evaluation factors shall be considered: The award will be made to the lowest priced technically acceptable vendor. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the Salient Technical Requirements listed in the section (v) and the terms and conditions of the solicitation. For your quotation to be considered responsive, you must submit the following information as part of the quotation. a) Commercial Warranty Policy Information. b) All parts supplied by the offeror shall be identified with the manufacturing source. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X__ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X__ (26) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X__ (28) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _X__ (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (32) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X__ (33) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). _X__ (35) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xii) The following items are incorporated as addenda to this solicitation: HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates, COMDTINST (Ombudsman) 4200.14. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. k. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. (xiii) QUOTES ARE DUE BY 12:00 PM EST on 9 December 2010. Quotes may be faxed to (410) 762-6095 or emailed to ronald.almond@uscg.mil. Vendors must confirm USCG's receipt of their quotation. The Government will not accept questions after 12:00 PM EST on 6 December 2010. (xiv) POC is Ron Almond, Contract Specialist, 410-762-6451. OMBUDSMAN NOTICE 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: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 Telephone: 202.372.3695 Fax: 202.475.3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60501/listing.html)
 
Record
SN02335176-W 20101202/101130233948-0331cab88800b7ad98e370971d30974a (fbodaily.com)
 
Source
FedBizOpps 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.