Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2010 FBO #3322
SOLICITATION NOTICE

53 -- BOLT, MACHINE - Purchase Specifications

Notice Date
12/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
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-3CQ011
 
Archive Date
1/29/2011
 
Point of Contact
Toni Cheek,
 
E-Mail Address
Toni.J.Cheek@uscg.mil
(Toni.J.Cheek@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
ELC SP-PP&M-001 Bar Code Specification Coupling Bolt Rough Drawing Statement of Work The USCG Surface Forces Logistics Center has a requirement to purchase the following items. Offers may be submitted via email to the point of contact listed in the announcement and must include the following information: (1) 5306-01-507-3163, BOLT, MACHINE Part Number: 378FRAM-W-243-27 Item 13 Quantity: 1 EA - First Article IAW FAR 52.209-3 79 EA - Upon successful completion of first article This item is used onboard USCG 378' WHEC class vessels. DESCRIPTIVE DATA: BOLT, MACHINE, SHAFT COUPLING, forged steel with nut assembly manufactured IAW MIL-S-24093 Type II. BOLT, MACHINE, SHAFT COUPLING to be manufactured, preserved, packaged, packed and marked in accordance with the attached statement of work, drawings and packaging specifications. The Standard Manufacturer's warranty shall apply. QUALITY ASSURANCE INSPECTION: A QA inspection by Surface Forces Logistics Center personnel is required. Please include the location of your manufacturing site or site of final testing in your quotation. Acceptance shall take place at Destination after verification of preservation, packaging, and marking requirements and confirmation of no damage during transit. Pricing is requested on an F.O.B. Destination basis. Packing, marking, bar code and shipping costs shall be included in the unit price of the item. At a minimum the shipping container shall consist of a box or crate constructed of ¼" or thicker plywood, totally enclosed, with internal or external bracing. Wooden bracing shall be incorporated to prevent this item from movement during multiple shipments. DELIVERY SCHEDULE - Items are requested by 08/18/11 Please provide your proposed delivery here: _________________________________ This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 05-47 (Dec 2010), and 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. The NAICS code for this solicitation is _332722_ and the Small Business Size Standard is _500_. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a lowest price technically acceptable basis utilizing the following technical, price and price-related factors: (a) Technical (Must provide parts as per CG supplied drawings) (b) Price (c) Past Performance The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these provisions electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at orca.bpn.gov. The following FAR Clauses apply to this solicitation: Offerors may obtain full text versions of these clauses electronically at www.arnet.gov. FAR 52.209-3, First Article Approval - Contractor Testing (Sep 1989) (a) The Contractor shall test one (1) BOLT, MACHINE, SHAFT COUPLING as specified in this contract. At least seven (7) calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within sixty (60) calendar days from the date of this contract, electronically, to the Contracting Officer (Toni.J.Cheek@uscg.mil) marked "First Article Test Report: Contract No. _______, Lot/Item No. _______" Within fifteen (15) calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver. (End of Clause) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-1, Buy American Act-Supplies (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) All responsible sources may submit a capabilities statement or quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _15 Jan 2011_, at _1600_, Eastern Standard Time. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) 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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: 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, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-3CQ011/listing.html)
 
Record
SN02350833-W 20101229/101227233515-b467977af986923fddf3f78ded9139c6 (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.