Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOLICITATION NOTICE

59 -- Open/Inspect/Report with possible repair to Hypro Marine Circuit Card

Notice Date
6/2/2022 10:10:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04022Q5CA072
 
Response Due
6/16/2022 8:00:00 AM
 
Archive Date
07/01/2022
 
Point of Contact
Cynthia A Matthews, Phone: 4107626509
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Description
The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and possible Repair Circuit Card Assembly in accordance with overhaul description. (1) NSN 5998-99-270-5442, Circuit Card Assembly, P/N�� HM2710 used on our 47� MLB Steering Control System. Quantity: 15 each (NOTE: No substitute or after-market parts shall be authorized for the repair of these Circuit Card Assembly only actual OEM parts shall be acceptable.� All work is required to be performed by an authorized OEM Repair Facility.) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2022-06� (May 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 _336611� and the Small Business Size Standard is _1250.�� It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.� It is the Government�s belief that only Hypro Marine and or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is� June 16, 2022_, at _11_ a.m. Eastern Standard Time. Offers may be submitted on company letterhead stationary and must include the following information:� (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 Circuit Card Assembly $____________ (This price shall be the price the Government shall be obligated to pay if any Pump is determined to be beyond economical repair). (3) 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 Overhaul Description). (4) Replacement cost for new Circuit Card Assy (if available): $_____________ (5) FOB Origin or FOB Destination. NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order. DELIVERY SCHEDULE The delivery schedule shall be as follows: Inspection Report(s) - 14 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 Repaired Circuit Card Assyr (when authorized) - 45 calendar days after receipt of Contracting Officer�s authorization to proceed� TEST AND INSPECTION REPORTS ����������� In addition to the requirements identified in the Overhaul Description, all inspection reports must contain the following minimum information: (a) Actual number of labor hours, hourly rate, and total labor cost for each. (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. TESTS/INSPECTION - Any testing requirements identified in the Overhaul Description may be witnessed by a Government Quality Assurance Representative.� The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection.� 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 - In order for a quotation to be considered technically acceptable the offeror MUST ������ submit written verification from the OEM that the offeror is an authorized repair facility for ������ the OEM.� Quotations that are received without written verification shall be rejected������������ ������ as nonresponsive (b)� Past performance �submit references where this Circuit Card Assy or similar has been repaired for the Coast Guard or the OEM. (c)� Price Technical and past performance is more important than price. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) with Alternate I.� Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation.� Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022). The following clauses listed within FAR 52.212-5 are applicable FAR 52.219-28, Post Award Small Business Program representation (Mar 2020)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2022)(E.O. 13126);� FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jan 2020)(29 U.S.C. 793);� FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Jun 2020); �FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2021(41 U.S.C. 10a-10d);� 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Oct 2018)(31 U.S.C.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2ca72d1301f4e099e6ec525bea567ea/view)
 
Record
SN06346088-F 20220604/220602230113 (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.