Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2015 FBO #4864
SOLICITATION NOTICE

J -- Repair Diesel Powered Compressor - Capitano II - Attachment III - Attachment III - Exhibit 1 - Attachment I

Notice Date
3/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-15-Q-B4500SP004
 
Archive Date
4/16/2015
 
Point of Contact
Robert Orofino, Phone: 410-762-6503, William H. Torfason, Phone: 410-762-6325
 
E-Mail Address
Robert.R.Orofino@uscg.mil, William.H.Torfason@uscg.mil
(Robert.R.Orofino@uscg.mil, William.H.Torfason@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Sole Source Justification Pack, mark, barcode and preparation for delivery instructions. FAR 52.212-5 The USCG Surface Forces Logistics Center has a requirement for the repair of the following equipment: 1/1a 4310-01-465-1509 Compressor SCBA Diesel Powered Bauer Compressors Inc. Part Number: C-D/DV/NAVY CAPITANO II Quantity: 10 each NOTE: All compressors are to be repaired according to Bauer Specifications. All compressors are to be individually packed, marked and barcoded as specified in Attachment III This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 (March 2,2015) 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. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisition Procedures, in accordance with FAR Part 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this combined synopsis / solicitation. It is the Government's belief that only, Bauer Compressors Inc. of Norfolk, VA (and / or their authorized repair facility) can obtain the required technical data, engineering data and genuine OEM parts required to successfully repair these items. (J&A is attached see Exhibit 1). Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within 5 calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the quoter is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Quotations may be submitted on company letterhead stationary or your standard quotation form and must include the following information: Please provide the following for each line item: (1) Loaded Labor Rate: __________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit). (2) Inspection Charge per device: tiny_mce_marker___________ (This price shall be the price the Government shall be obligated to pay if any item is determined to be beyond economical repair). -OR- Flat Rate repair charge: tiny_mce_marker__________________ (3) Preservation, packaging, and marking: tiny_mce_marker_____ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Repair Description). (4) Replacement cost for new device (if available): tiny_mce_marker____________ (5) FOB Origin or FOB Destination. (FOB Origin quotations must include estimated shipping cost): tiny_mce_marker_________ NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. DELIVERY SCHEDULE: This applies to all line items, partial shipments will be accepted. Inspection Report (line 1) desired on or before June 1, 2015. Your proposed delivery: ______________ Repaired items (line 1a) desired on or before August 25, 2015. Your proposed delivery: ______________ TEST AND INSPECTION REPORTS In addition to the requirements identified in Exhibit I, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for blade set. (b) List of all replacement parts required, including part numbers, unit prices, extended prices. (c) Any charges involved with long-term storage. (d) Price of new Item. (e) Serial Number of each Item. (f) Proposed delivery date for repaired Items EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014). This clause is by reference only. Quoters may obtain full text version of this clause electronically at www.arnet.gov. Included in this solicitation as Attachment I: FAR 52.212-3, Representations and Certifications-Commercial Items (March 2015) with Alternate I. Quoter(s) must include a completed copy of FAR 52.212-3 with their quote. The Quoter shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Quoter shall provide & include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Quoter may be contacted by the Government to obtain additional information that shall be used in the evaluation of the Quoter's past performance. The Government may waive the submission of past performance information by the Quoter if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014). Quoters may obtain full text version of this clause electronically at www.arnet.gov. Included in this solicitation as Attachment II: FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015) Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-B4500SP004/listing.html)
 
Record
SN03671322-W 20150320/150318234706-4f231b0d0ff0643692ac278e9550a2ee (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.