SOLICITATION NOTICE
59 -- Manufacture of Wiring Harness - 52.212-5 T&C
- Notice Date
- 6/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334417
— Electronic Connector Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-16-Q-PC6049
- Archive Date
- 7/13/2016
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Diagram of Harness Statement of Work Shipping and Labeling HSAR 52.212-5 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-16-Q-PC6049. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-88. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334417. The SBA size standard is 1,000 employees. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA 23703, intends to have a DVP-200 Programming Harness Manufactured in accordance with supplied drawing (GFI) and as described in the Statement of Work (SOW) for the Initial Tooling and the First Article Government Testing of one (1) component prior to the manufacturing of the full amount of 300 each, see Schedule B below. NOTE: 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. In order to be considered for Purchase Order/ Contract Award, the Offeror is required to complete the below Proposed Delivery Table Schedule, FAR 52.211-8 and provide that completed Table with their Proposal. The USCG/Government reserves the right to Award on an All or None Basis that is the USCG/Government may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by June 28, 2016 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is July 6, 2016, this date is approximate and not exact. DELIVERY: Please see the below Delivery Table Schedule, FAR 52.211-8. Delivery of the First Article shall be addressed to USCG C3CEN, Attn: Communications Core Technology Lab, 4000 Coast Guard Blvd, Portsmouth, VA 23703. Delivery address of the remaining cables shall be designated by the Contracting Officers Representative (COR) as being either Portsmouth, VA 23703 or Baltimore, MD 21226. See attached Preservation, Packing, and marking Instruction. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: 1 JB of - Initial Tooling for the manufacturing of DVP-200 Programming Harness for First Article Government Testing in accordance with supplied drawing (GFI) and as described in the Statement of Work (SOW) ______________. Line Item 2: One (1) Ea of - First Article Testing of the newly manufactured DVP-200 Programming Harness (See Delivery Table, FAR 52.211-8) IAW the SOW _____________. Line Item 3: Two hundred ninety-nine (299) Ea of - Newly manufactured DVP-200 Programming Harness (See Delivery Table, FAR 52.211-8) IAW the SOW ___________________. Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. Line Item 4: Shipping (If Applicable) _________________. Total Cost Line Items 1-4: ____________________. Email quotes to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil The Following FAR Provisions/Clauses apply to this Solicitation: 52.209-4 -- First Article Approval -- Government Testing. First Article Approval -- Government Testing (Sep 1989) (a) The Contractor shall deliver 1 unit of Line Item 2 within 60 calendar days from the date of this contract to the Government at USCG C3CEN, Attn: Communications Core Technology Lab, 4000 Coast Guard Blvd, Portsmouth, VA 23703 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified in the Statement of Work (SOW). (b) Within 7 calendar days after the Government receives the first article, 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 submit an additional first article for testing. After each request, 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 disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. 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 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, the Contractor -- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, 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) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) 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. (i) 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. FAR 52.211-8 - Time of Delivery (Jun 1997) (a) The Government Requires Delivery to be made according to the following Schedule: REQUIRED DELIVERY SCHEDULE ITEM NO - QUANTITY - REQUIRED DELIVERY 1. N/A 2. 01 each 60 days 3. 300 each Within 90 days of Notification of Approval of First Article Testing The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. NOTE: In order to be considered for Purchase Order/ Contract Award, the Offeror is required to complete the below Proposed Delivery Table Schedule, FAR 52.211-8 and provide that completed Table with their Proposal. OFFEROR'S PROPOSED DELIVERY SCHEDULE ITEM NO - QUANTITY - WITHIN DAYS AFTER DATE OF CONTRACT 1. 2. 3. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date; the offer will be considered nonresponsive and rejected. PROVISIONS / CLAUSES The Following FAR Provisions/Clauses apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015) - ADDENDUM In order to be considered for Purchase Order/ Contract Award, the Offeror is required to complete the Proposed Delivery Table Schedule, FAR 52.211-8 above, and provide that completed Table with their Proposal. FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Apr 2016) to include Alt I (Oct 2014). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2016) - Attached FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (Jun 2006) - Full text attached
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b394f7b232a0805f5e5a9bd942da638)
- Record
- SN04149139-W 20160616/160614234921-8b394f7b232a0805f5e5a9bd942da638 (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 |