Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
SOLICITATION NOTICE

20 -- SEAL ASSEMBLY SHAFT

Notice Date
3/25/2022 7:11:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08022QAF102
 
Response Due
3/31/2022 7:00:00 AM
 
Archive Date
04/15/2022
 
Point of Contact
YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@USCG.MIL)
 
Description
USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: Item 1 NSN:�2040-01-433-6781 SEAL ASSEMBLY SHAFT MFG NAME: WARTSILA DEFENSE PART_NBR:�US-71996 QUANTITY: 02 � 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 2022-04 (January 2022) 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 811219. 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 (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2020) 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 (Oct 2018); FAR� 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial Items (October 2020).��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. ITEM NAME SEAL ASSEMBLY,SHAFT LOG,SHIP STOCK NUMBER 2040-01-433-6781 PART NUMBER US-71996 USED ON 210 WMEC B CLASS 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: 1.0 Scope: This description covers the requirements for contractor inspection, estimate, and overhaul of the following cited seal. NSN: 2040-01-433-6781 Item Name: Seal Assembly, Shaft Log, Ship P/N: US-71996 Application: 210 WMEC Propulsion Shaft Original Equipment Manufacturer (OEM): Wartsila Defense Inc. 1.1 Contractor shall immediately notify the Coast Guard Contracting Officer if the make and/or model delivered for overhaul does not conform to the seal cited in Part 1 above. 1.2 The overhaul requirements described herein are considered minimum and are not intended to replace any procedures, controls, examinations, or tests normally employed by the contractor to assure the quality of the product. Overhaul of the seal is intended to return the item performance and appearance back to a like new condition. 2.0 Applicable Documents: a) U.S. Coast Guard Technical Manual 3231-243-A Stern Tube Shaft Seal Assembly b) Deep Sea Seals Ltd drawing US71996, Ref F. c) USCG Packaging and Marking Instruction D-084-0481 2.0 Requirements: The contractor shall provide all labor and materials to perform overhaul services on the seal as follows: 2.1 Preliminary disassembly and inspection of the seal shall be conducted in accordance with Original Equipment Manufacturer (OEM) recommended procedures to determine the total estimated cost for repair including material, labor, testing, preservation, packing and marking costs. A detailed estimate shall be submitted to the Coast Guard Contracting Officer (CG KO) for review and approval prior to the start of any repair or order of material. The contractor shall also provide the replacement cost of a new seal for comparison to the overhaul cost. 2.2 Disposition: The CG KO shall determine the disposition of any seal delivered for inspection that is found to be not suitable for repair for whatever reason. 2.3 Upon acceptance of the estimate and authorization to proceed by the CG KO, the seal shall be overhauled in accordance with OEM recommended procedures and as follows: 2.3.1 Replacement Parts: All replacement parts used in the overhaul shall be new OEM parts of equal or better quality. Reclaimed or recycled parts are not acceptable and shall not be used. SHELF LIFE CD 0 FOR OFFICIAL USE ONLY 2.3 Upon acceptance of the estimate and authorization to proceed by the CG KO, the seal shall be overhauled in accordance with OEM recommended procedures and as follows: 2.3.1 Replacement Parts: All replacement parts used in the overhaul shall be new OEM parts of equal or better quality. Reclaimed or recycled parts are not acceptable and shall not be used. 2.3.2 The contractor shall clean all parts using approved industry standard methods for item and materials; the contractor shall inspect and replace any part that is worn beyond OEM recommended specification or tolerances. 2.3.3 The seal shall be renewed to a condition that shall restore the operating and performance characteristics to the Wartsila Defense Inc. design and technical specifications. 3.0 Quality Assurance: The Contractor is responsible for the conformance and overall quality of each item offered to the Coast Guard for approval or acceptance. 3.1 Quality Assurance Reports: A copy of all test or inspection report shall be packed with each seal. 4.0 Warranty: A copy of the contractors standard seal warranty shall be place inside each shipping container. 5.0 Preservation: An overhauled seal is typically intended for warehouse storage and not for immediate installation. Therefore, it is critical that the contractor ensure that the overhauled seal undergo preservation requirements to ensure storage of the item for five years. 5.1 Packaging: Each seal shall be individually packaged in its own enclosed container. The container shall be capable of protecting the seal from damage during multiple shipments by commercial carrier. 5.2 Marking: Shipping container shall be stenciled with black enamel paint with the information as laid out below. Stencil shall be applied to the container on two opposite sides in upper left corner. Markings shall be 3/4 inch minimum height black characters on a white painted background. NOTE: All previous markings and /or quality assurance decals shall be removed from the reusable shipping container prior to the application of any new markings. The following information shown after the colon symbol shall be included in the markings: NSN: 2040-01-433-6781 Item Name: Seal Assembly, Shaft Log, Ship P/N: US-71996 Shipping Weight: xxxx Lbs (including crate) Government Contract No.: HSCG40-XX-X-XXXXX (per contract). Words: Coast Guard SFLC Material Condition A, 1 ea."" 5.3 BAR CODING: The stock number shall also be bar coded in addition to the numerical marking. WARRANTY: X OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY A. Standard Manufacturer's Warranty B. Item being repaired as an ""onboard repair"" or a ""system stock"" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for days after installation for a period of up to two (2) years after delivery to Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. FOR OFFICIAL USE ONLY PACKAGING AND MARKING FOR SHIPMENT: X A. Each unit shall be packed individually in it's own wooden box which shall be capable of providing adequate protection to the item during multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER ITEM NAME PART NUMBER GOVERNMENT ORDER NUMBER 2040-01-433-6781 SEAL ASSEMBLY,SHAFT LOG,SHIP US-71996 PRESERVATION / PACKAGING: X A. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. B. See Attachments B. See Attachments And the words: ""Coast Guard SFLC Material, Condition ""A"" �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fdecb3509f944de9a238edbf02743aa/view)
 
Record
SN06279754-F 20220327/220326171916 (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 |
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.