SOLICITATION NOTICE
J -- RPR/OVERHAUL MARINE REDUCTION GEAR - HSCG40-17-Q-5DZ091
- Notice Date
- 7/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment 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
- HSCG40-17-Q-5DZ091
- Archive Date
- 8/2/2017
- Point of Contact
- Kathleen Lobasso, Phone: 410-762-6494
- E-Mail Address
-
kathleen.k.lobasso@uscg.mil
(kathleen.k.lobasso@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- GOV'T FURNISHED PROP STATEMENT OF WORK SF 1449 The USCG Surface Forces Logistics Center has a requirement to Open, Inspect and Repair/Overhaul the following: 1. NSN 3010-01-590-4163, MARINE GEAR, OEM: TWIN DISC INC, P/N MG-5114SC in accordance with attached Statement of Work (SOW) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 73, and as supplemented with additional information included in this notice. 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 13.5. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. The NAICS code for this solicitation is 811219 the Small Business Size Standard is $ 20.5 It is the Government's belief that only, Twin Disk Inc. authorized service Rep, Great Lakes Power, can obtain the required technical and engineering data, and genuine OEM parts required to successfully repair these items. 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 offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts. Offers may be submitted by email to the Contracting Officer and must include the following information: Line 1 (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 direction finder is determined to be beyond economical repair). (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. 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. 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: (a) Technical ability. (b) Estimated Price (c) Cost to ship GFP to Contractor's facility (d) Past performance 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. Any quotes that do not contain a letter from the OEM authorizing your company as a Twin Disc Authorized Facility will not be valid.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-5DZ091/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN04572902-W 20170712/170710235343-2aac0961fe2fc2fa736c3566b3ea50ad (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 |