Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOLICITATION NOTICE

28 -- Parts for MTU on 20V4000M93L - Attachments

Notice Date
8/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-13-Q-11009
 
Archive Date
9/3/2013
 
Point of Contact
Beth A. Farley, Phone: 4105907153
 
E-Mail Address
beth.a.farley@uscg.mil
(beth.a.farley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 Past Performance Questionnaire Attachment 4 OEM Certification/Proposal Evaluation Instructions Attachment 3 Delivery Instructions Attachment 2 Brand Name J&A Attachment 1 MTU Pricing Spreadsheet PLEASE READ THIS NOTICE IN ITS ENTIRETY INCLUDING ATTACHMENTS BEFORE CONTACTING THE POC WITH QUESTIONS/COMMENTS. THANK YOU. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 [Federal Acquisition Circular [2005-67] (JULY 2013)] 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 solicitation number is HSCG40-13-Q-11009 and is issued as a Request for Quotation (RFQ). This acquisition is not set-aside for any small business concerns. The NAICS code is 333618 and the small business size standard is 1,000 employees. The resultant contract will be awarded using Simplified Acquisitions Procedures in accordance with FAR 13.5, Commercial Test Procedures. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) Patrol Boat Product Line (PBPL) intends on awarding a Firm Fixed Price contract for the purchase of parts for the Motoren Und Turbinen Union (MTU) propulsion systems on board the Fast Response cutter (FRC). The MTU Parts List Spreadsheet is included in Attachment 1. This acquisition is being competed under "Other Than Full and Open Competition" procedures. It is the Government's intention to solicit and negotiate solely with the manufacturer, Motoren Und Turbinen Union (MTU), and its authorized distributors. A copy of the Brand Name Justification is included in Attachment 2. Delivery, Packing and Marking Requirements are included in Attachment 3 and shall be adhered to. Delivery will be FOB DESTINATION and all parts will be delivered to the following address : USCG Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD 21226 Vendors interested in providing a quotation should submit one to the POC of this notice by email. Along with your quotation, vendors are required to provide their DUNS and tax ID. The closing date and time for receipt of quote is _August 19th, 2013_, at _1_ p.m. Eastern Standard Time. Quotes shall include completed attachments: Attachment 1 - Parts Pricing Spreadsheet Attachment 4 - Authorized Distributor/Dealer Certification Attachment 5 - Past Performance Questionnaires (2 references) A formal notice of changes, if applicable, will be issued in FedBizOpps (www.FBO.gov) via amendment(s). It is each vendor's individual responsibility to monitor the FBO system for changes. The POC for this requirement is Beth Farley, Contracting Specialist, phone (410) 590-7153 and email Beth.A.Farley@uscg.mil. FAR PROVISIONS AND CLAUSES The following FAR Clauses and Provisions apply to this solicitation. Vendors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors- Commercial Items (JULY 2013) 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price 3. Past Performance Award shall be made on the basis of the lowest evaluated price of quotes that are found technically acceptable. Complete Proposal Evaluation information is included in Attachment 4. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation, or be registered with the System for Award Management https://www.sam.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013); FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2013) applies to this acquisition, Attachment 6 - FAR Clause 52.212-5. The following items are incorporated as addenda to this solicitation: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) Certification required below: (f) Disclosure. The offeror under this solicitation represents that: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) 3052.205-70 Advertisements, Publicizing Awards, and Releases. (SEP 2012) The Contractor shall not refer to this contract in commercial advertising or similar promotions in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. _X _3052.209-72 Organizational Conflicts of Interest. ____3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause. ____3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program. (b) Clauses. ____3052.203-70 Instructions for Contractor Disclosure of Violations. ____3052.204-70 Security Requirements for Unclassified Information Technology Resources. ____3052.204-71 Contractor Employee Access. ____Alternate I ____3052.205-70 Advertisement, Publicizing Awards, and Releases. ____3052.209-73 Limitation on Future Contracting. ____3052.215-70 Key Personnel or Facilities. ____3052.216-71 Determination of Award Fee. ____3052.216-72 Performance Evaluation Plan. ____3052.216-73 Distribution of Award Fee. ____3052.217-91 Performance. (USCG) ____3052.217-92 Inspection and Manner of Doing Work. (USCG) ____3052.217-93 Subcontracts. (USCG) ____3052.217-94 Lay Days. (USCG) ____3052.217-95 Liability and Insurance. (USCG) ____3052.217-96 Title. (USCG) ____3052.217-97 Discharge of Liens. (USCG) _X___3052.217-98 Delays. (USCG) ____3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair. (USCG) ____3052.217-100 Guarantee. (USCG) ____3052.219-70 Small Business Subcontracting Plan Reporting. ____3052.219-71 DHS Mentor Protégé Program. ____3052.228-70 Insurance. ____3052.228-90 Notification of Miller Act Payment Bond Protection. (USCG) ____3052.228-91 Loss of or Damage to Leased Aircraft. (USCG) ____3052.228-92 Fair Market Value of Aircraft. (USCG) ____3052.228-93 Risk and Indemnities. (USCG) ____3052.236-70 Special Provisions for Work at Operating Airports. ____3052.242-72 Contracting Officer's Technical Representative. ____3052.247-70 F.o.B. Origin Information. ____Alternate I ____Alternate II ____3052.247-71 F.o.B. Origin Only. ____3052.247-72 F.o.B. Destination Only. (End of clause) Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: http://www.uscg.mil/directives/cim/4000-4999/CIM_4200_19J.pdf 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 Government 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. 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 in 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. 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: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-13-Q-11009/listing.html)
 
Place of Performance
Address: U.S. Coast Guard, Surface Forces Logistic Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03135498-W 20130803/130802000832-e11d2898a0a0b9f7f57b64701d32e6d6 (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.