SOLICITATION NOTICE
20 -- OPEN, INSPECT AND REPORT PROPELLER MARINE
- Notice Date
- 5/18/2021 11:33:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111110
— Soybean Farming
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08021QCV207
- Response Due
- 5/24/2021 7:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- YVETTE R. JOHNSON, Phone: 4107626263
- E-Mail Address
-
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USCG Surface Forces Logistics Center, , has a emergent requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: NSN: 2010-01-627-9761 PROPELLER RIGHT HAND PART NUMBER:� 531914 MFG: MICHIGAN WHEEL CO QUANTITY: 02�EACH��������� ������� Items as received by the contractor must be complete and of the proper cited part number.� Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Item shall be inspected IAW the attached Scope of Work to determine the extent of required overhaul.� This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-05�( March 2021), 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 NAICS code for this solicitation is 811310. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 Quotes may be submitted to Yvette.R.Johnson@uscg.mil and include the following information:� I. PRICING: (1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________�������� (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2) Inspection Charge per Item:�� $ __________�������� (This price shall also be the price the Government will be obligated to pay if any Antenna and Processor/Receiver is determined to be beyond economical repair). (3) Estimated Labor Charge to Repair Each Item:��� ____��� �HRS ��x���� $ ________�� (Labor Rate) =� $ ______�������� (This cost shall only be used by the U.S. Government to estimate final repair costs.� The actual charge will be negotiated based on the inspection report.)� (4) Preservation, packaging, and marking: $ ___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5) Mandatory Replacement Parts: (Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.) (6) Contingency Replacement Parts: ������ (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.) (7) Replacement cost for new Item (if available):�� $ ___________��� (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination:���� $ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) Deliver to: USCG Surface Forces Logistics Center Receiving Building 88 2401 Hawkins Point Rd. Baltimore MD, 21226-5000 (9) Place of Performance*: ________________________________________________________ *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order. II.� DELIVERY SCHEDULE Our requested delivery schedule is as follows: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __05__ calendar days from receipt of items by the company Inspection Report(s) - _30___ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - __45___ calendar days after receipt of Contracting Officer�s authorization to proceed� If the required delivery schedule cannot be met, please indicate a proposed schedule below: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __X___ calendar days from receipt of items by the company Inspection Report(s) - ____ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - _____ calendar days after receipt of Contracting Officer�s authorization to proceed� III.� TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION 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, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items. � � 2. Past Performance.� ��� Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement.� Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.� The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company�s past performance.� The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office. 3. Delivery Schedule .� [Any other factors that may be important to the Government for this solicitation may also be included in this section � i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) with Alternate I.� Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph�(b) of this provision must be completed. The following FAR Clauses apply to this solicitation.� Interested companies may obtain full text versions of these clauses electronically at www.arnet.gov:� FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2017); FAR� 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial Items (May 2019).� FAR 52.212-5 is attached All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. OVERHAUL DESCRIPTION ITEM NAME PROPELLER,MARINE STOCK NUMBER 2010-01-627-9761 PART NUMBER 531914 USED ON 154 FRC Items as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. OVERHAUL REQUIREMENTS: Using Technical Repair Standard TP-8913 TECHNICAL REPAIR STANDARD (TRS) DEPOT LEVEL FOR USE ON FAST RESPONSE CUTTER (FRC-B) SENTINEL CLASS and drawing 154 WPC 245-304, dated 11/12/2013 - 154 FT Fast Response Cutter Propeller Plans and Data Six Blade Propeller the contractor shall provide a written cost estimate to complete a Class B restoration per paragraph 1.4.9 of the TRS. The estimate shall also include repairs or replacement of the shipping crate. Contractor supplied items. The contractor will be required to provide the necessary materials and test equipment listed below. 1. GFE listed in paragraph 1.6.2. 2. Test equipment listed in paragraph 1.8.5. 3. Mandatory Replacement Parts listed in paragraph 4.2. 4. Special Materials for Blue Fit Check in Table 4-1 as described in paragraph 4.3.2. Warranty - Standard manufacturer's warranty applies to the items repaired under this overhaul description. Notifications and Inspections - The Contractor shall be responsible for notifying the Contracting Officer no less than seven (10) calendar days prior to the Contractor being ready for any Quality Assurance (Q.A.) inspections or testing required herein. Forty five (45) calendar days shall be allowed should the contract be awarded to a foreign Contractor. This notification applies to the first article test propeller as well as for testing of the remaining propellers produced under the contract. QUALITY ASSURANCE IThe following tests or inspections are required and will be witnessed or monitored by a Coast Guard SFLC Quality Assurance Representative at the Contractor's facility: a. One hundred percent dimensional inspections, including the hub bore. b. Blue-fit c. Surface finish d. Dye penetrant inspection e. Balancing inspection f. Stamping g. Preservation h. Packaging, Packing and marking PACKAGING, PACKING, MARKING AND BAR-CODING Packaging and Packing - Each propeller and associated parts shall be individually packaged in its own reusable shipping container. Shipping crate shall meet the requirements of MIL-DTL-2845E dated 18 Aug 1999 and Techical SHELF LIFE CD 0 h. Packaging, Packing and marking PACKAGING, PACKING, MARKING AND BAR-CODING Packaging and Packing - Each propeller and associated parts shall be individually packaged in its own reusable shipping container. Shipping crate shall meet the requirements of MIL-DTL-2845E dated 18 Aug 1999 and Techical Repair Standard TP-8913. Marking - Each packaged, and packed propeller shall be marked in the upper left-hand side of the two longest sides, (two opposite sides if square) of each wooden container. The container lettering shall be black waterproof painted stencil and permanently affixed. The lettering shall be at least 1"" high, and be applied on a highly contrasting, painted white background. NOTE: ALL PREVIOUS MARKINGS AND / OR QUALITY ASSURANCE DECALS SHALL BE COMPLETELY REMOVED FROM THE REUSABLE SHIPPING CONTAINER PRIOR TO THE APPLICATION OF ANY NEW MARKINGS. Required marking for (ready for issue) ""A"" Condition RH Propellers: National Stock Number: 2010-01-627-9761 Item Name: PROPELLER, RH Part Number: 531914 Serial Number: On Propeller Contract Number: As indicated on the Contract Shipping Weight: As determined by Contractor Condition Code & U/I: CONDITION ""A"" 1 EACH Statement: COAST GUARD SFLC MATERIAL REUSABLE CONTAINER: DO NOT DESTROY Required marking for (not ready for issue) ""H"" Condition RH Propellers: National Stock Number: 2010-01-627-9761 Item Name: PROPELLER, RH Part Number: 531914 Serial Number: On Propeller Contract Number: As indicated on the Contract Shipping Weight: As determined by Contractor Condition Code & U/I: CONDITION ""H"" 1 EACH Statement: COAST GUARD SFLC MATERIAL REUSABLE CONTAINER: DO NOT DESTROY Coast Guard Acceptance - Acceptance will be made at destination by a government representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order and Contractor's conformance to preservation, packaging, packing, marking and bar-coding requirements. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/117c7f123b514976ab6306a3b0548a8c/view)
- Record
- SN06005672-F 20210520/210518230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |