Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

28 -- 6V92 ENGINE OVERHAULS - SPECIFICATION NO. 024-R-233-0307 - FAR 52.212-3 Offeror Representations and Certifications

Notice Date
8/7/2015
 
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-53023
 
Archive Date
9/5/2015
 
Point of Contact
Iris M. Johnson, Phone: 4107626427
 
E-Mail Address
Iris.M.Johnson@uscg.mil
(Iris.M.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Offeror Representations and Certifications ATTACHMENT SPECIFICATION NO. 024-R-233-0307 ATTACHED PLEASE READ THIS SPEC IN ITS ENTIRETY. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13.5 and the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All correspondence regarding this acquisition shall reference Request for Quote (RFQ) Number HSCG40-15-Q-53023. This solicitation and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83 effective 02 July 2015. The applicable North American Industry Classification Standard Code (NAICS) is 811310, and the Small Business size standard is $7.5M. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Small Boat Product Line (SBPL), intends to award a firm, fixed price requirement to Open, Inspect, Report and Repair MTU/Detroit Diesel engines IAW the attached Specification Number 024-R-233-0307. Pursuant to FAR 13.5, Test Program for Certain Commercial Items and FAR 13.106-1(b), it is anticipated that a non-competitive fixed-price contract shall be awarded to the Original Equipment Manufacturer (OEM) or their authorized repair facilities as a result of this synopsis/solicitation. It is the Government's belief, after thorough market research and previous history, that MTU America, Inc. and their authorized repair facilities is the only known source with original configuration, specifications, materials, tolerances, etc. Concerns that have the expertise and required capabilities to provide these services in accordance with Specification Number 024-R-233-0307 are invited to submit an offer, demonstrating their capabilities in accordance with the requirements stipulated in this synopsis/solicitation. Quotations shall be submitted electronically to: Iris Johnson, Contract Specialist, E-mail: Iris.M.Johnson@uscg.mil by August 21, 2015 @ 4:30 p.m. (E.S.T). *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order I. PRICING: ITEM 1: ENGINE, PORT, 6V92 DDEC IV; NSN 2815-01-442-4541, P/N 6V92TA-80627K90-PORT QTY 1 S/N 06VF222526; ITEM 2: ENGINE, PORT, 6V92 DDEC IV; NSN 2815-01-442-4541, P/N 6V92TA-80627K90-PORT QTY 1 S/N 06VF222651; ITEM 3: NSN 2815-01-442-4549, P/N 6V92TA-80627K91-STBD, QTY 1, S/N 06FF019125; (A) Inspection Charge per Item: tiny_mce_marker_________ x ____8_____ HRS x _3__ engines = $_____________ (This price shall also be the price the Government will be obligated to pay if any Engine is determined to be beyond economical repair; TEARDOWN, CLEAN, AND INSPECTION OF DETROIT DIESEL 6V92 SERIES ENGINE). (B) Estimated Labor Charge to Repair Each Item:__110___HRS x $________(Labor Rate) = $_______ x _3_ engines = $___________ (This cost shall only be used by the U.S. Government to estimate final repair costs; RECONDITION AND REASSEMBLE ENGINE. The actual charge will be negotiated based on the inspection report). (C) Preservation, packaging, and marking: LABORtiny_mce_marker______ x ___2___ HRS x _3_ engines = $___________ PARTS tiny_mce_marker_____ x ___3 _engines = $____________ (PAINT AND PREP FOR SHIPMENT; This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking IAW Specification Number 024-R-233-0307). (D) Mandatory Replacement Parts: tiny_mce_marker_________ x _3_engines = $____________ (Company shall price ALL mandatory replacement parts required for the standard overhaul as listed IAW Specification Number 024-R-233-0307; Appendix G). (E) Contingency Replacement Parts:tiny_mce_marker________ x _3_engines = $____________ (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit listed IAW Specification Number 024-R-233-0307; Appendix H). (F) Replacement cost for new Item (if available): $_______ x _3_engines = $____________ (This price will be used by the government to determine if the unit is beyond economical repair). (G) Dyno Testing: Labor $ ___________ x ___6____HRS x _3_engines = $____________ Parts $ ___________ x _3_engines = $____________ (IAW Specification Number 024-R-233-0307; Appendix C). (H) Warranty Requirement Addenda to FAR 52.212-4 (o): _3_engines x _________ = $__________ (IAW Part 3.15 Specification Number 024-R-233-0307; Appendix D). (I) FOB Destination Shipping: (Company shall confirm Destination shipping terms i.e. shipping is included in price and not billed separately). Deliver to: USCG Surface Forces Logistics Center (SFLC) Receiving Room - BLDG. 88 2401 Hawkins Point Road Baltimore, MD 21226 ATTN: HSCG40-15-C-#### (Contract Number provided at award) (J) Place of Performance: __________________________________ II. Delivery Schedule Required delivery schedule is as follows: Delivery shall be F.O.B Destination to U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room, Bldg. 88, Baltimore, Maryland 21226. (a) Core Condition Report(s) - 15 calendar days from receipt of each engine. (b) Disassembly Report(s) - 30 calendar days from receipt of each engine. (c) Dynamometer Test Report(s) - To be completed at the time of final Quality Assurance Inspection. (d) Cumulative Tracking Report - 30 days after award (e) Inspection of Container - 15 calendar days from receipt of each engine. (f) Return of non-remanufactured engines - 15 calendar days after authorization is received from the Contracting Officer. (g) Repair of shipping containers - 60 calendar days from receipt of the Contracting Officer's authorization to proceed. (h) Remanufactured engine, port - 60 calendar days from receipt of the Contracting Officer's authorization to proceed. (i) Remanufactured engine, stbd - 60 calendar days from receipt of the Contracting Officer's authorization to proceed. (j) Contingency replacement parts - To be included with engine repair (k) Warranty - To be included with engine repair or on an "as needed basis. (l) Technical Representative Services - On an "as needed" basis per specification. **If the required delivery schedule cannot be met, please indicate a proposed schedule.** III. TEST AND INSPECTION REPORTS shall be submitted IAW Specification Number 024-R-233-0307 to Iris Johnson, Iris.M.Johnson@uscg.mil and Michael McHale, Michael.P.McHale@uscg.mil. IV. EVALUATION: COMMERCIAL ITEMS FAR 52.212-2 (OCT 2014): Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (1) Technical Capability: Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, IAW Specification Number 024-R-233-0307. Offerors are required to submit verification in the form of a letter from MTU/Detroit Diesel or any other written confirmation fully demonstrating that they can obtain the required technical publications and updates and that they have the capability of procuring the required OEM replacement parts. **Failure to render verification with your original proposal, may render your proposal unacceptable and your proposal may be rejected.** (2) Warranty: Explain how you will meet the warranty requirement located in section 3.15 of Specification Number 024-R-233-0307. (3) Price (4) Delivery Schedule (5) Past Performance: Offerors are required to provide references for three (3) contracts completed during the past three years or currently in process for the same type of service as are being solicited under this requirement. References shall include: 1) Name & contact information of the point of contact (COR), 2) Name of Organization, 3) A brief description of service, 4) Contract Number/Task Order. 5) Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. When combined, the non-price factors are more important than price. V. CLAUSES AND PROVISIONS: FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. 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 6) Price and delivery Information 7) OEM Verification form 8) Delivery Schedule 9) Past Performance references (3) 10) Offertory are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offertory Representations and Certification-Commercial Items (MAR 2015)" the provision is attached under ATTACHMENT 1. 11) Warranty: IAW Part 3.15 Specification Number 024-R-233-0307; Appendix D Addendum to FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) - (a) 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: i. Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, IAW Specification Number 024-R-233-0307. Offerors are required to submit verification in the form of a letter from MTU/Detroit Diesel or any other written confirmation fully demonstrating that they can obtain the required technical publications and updates and that they have the capability of procuring the required OEM replacement parts. Also, explain how you will meet the warranty requirements IAW Part 3.15 Specification Number 024-R-233-0307; Appendix D **Failure to render verification with your original proposal, may render your proposal unacceptable and your proposal may be rejected.** ii. Past Performance Past Performance: Offerors are required to provide references for three (3) contracts completed during the past three years or currently in process for the same type of service as are being solicited under this requirement. References shall include: 1) Name & contact information of the point of contact (COR), 2) Name of Organization, 3) A brief description of service, 4) Contract Number/Task Order. 5) Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. iii. Price iv. Warranty: explain how you will meet the warranty requirements IAW Part 3.15 Specification Number 024-R-233-0307; Appendix D v. Delivery Schedule When combined the non-price factors are significantly more important than price. (b) 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. The Government intends to award a firm, fixed price contract without discussions with offerors. The Government reserves the right to utilize Government and commercial databases in the evaluation of past performance. Evaluation may be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquiistion.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision submitted with their offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition and is incorporated by reference. The following addenda apply: WARRANTY: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their quotation. INVOICES: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. A courtesy copy must be submitted to Iris.M.Johnson@uscg.mil Invoices must meet all requirements of FAR 52.212-4. INDIVIDUAL PRESERVATION, PACKAGING, AND MARKING: All items must be individually packaged, marked, and bar-coded in accordance with Coast Guard specification SP-PP&M-001 REV'D and commercial packaging standards at ASTM D3951, available here: http://www.astm.org. INSPECTION AND ACCEPTANCE: Addendum to FAR 52.212-4 - Inspection and acceptance shall take place at destination after verification of proper preservation, individual packaging and marking, and confirmation of no damage during transit. Failure to comply with these requirements will result in rejection, possible return of the material at the contractor's expense, and delay in payment. FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) (a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908. (b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold. BRAND NAME OR EQUAL: To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristics specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. (Sep 2012) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause can be viewed and obtained electronically at http://www.dhs.gov. Department of Homeland Security Acquisition Regulations are hereby incorporated by reference with the same force and effect as if incorporated in full text. 3052-242-70 -- Contracting Officer's Technical Representative 3052.247-72 -- F.O.B Destination Only 3052.205-70 -- Advertisement, Publicizing Awards, and Releases 3052.209-70 Prohibitions on contracts with corporation expatriates 3052.242-71 Dissemination of Contract Information FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2015). The following clauses listed in 52.212-5 are incorporated within this Synopsis/Solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: To review the following clauses in full text please go to http://farsite.hill.af.mil/vffara.htm 52.203-6, Restrictions on Subcontractor Sales to The Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31)U.S.C.6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41. U.S.C2313) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C.632 (a) (2)). 52.222-3 Convict labor (June 2003) (E.O. 11755) 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) 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). 52.225-1 Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) NOTICE FOR FILING AGENCY PROTESTS 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 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-91) Ombudsman Program for Agency Protests Email: OPAP@uscg.mil Fax: 202-372-8447 Phone: 202-475-5786 More information about the Ombudsman Program for Agency Protests (OPAP) can be found at http://www.uscg.mil/acquisition/business/ombudsman.asp Alternative Point of Contact: Susanna Wiedmann Contracting Officer 2401 Hawkins Point Road, Bldg. 31 2nd Floor Baltimore, MD 21226 Susanna.J.Wiedmann@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-53023/listing.html)
 
Place of Performance
Address: USCG/SFLC, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03829080-W 20150809/150807235111-403637ac430eac05225ce18b325f5ded (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.