SOLICITATION NOTICE
66 -- SCANNER CONTROL AND MONITORING
- Notice Date
- 5/26/2023 3:57:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08023QZB054
- Response Due
- 6/9/2023 7:00:00 AM
- Archive Date
- 06/24/2023
- Point of Contact
- JESUS C. YUTIG, Phone: 4107626249
- E-Mail Address
-
JESUS.C.YUTIG.CIV@USCG.MIL
(JESUS.C.YUTIG.CIV@USCG.MIL)
- Description
- The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part: Item 1) SCANNER CONTROL AND MONITORING NSN: �� 6695 12-396-5344 PN: ���� X00E50204824 OR X00E50210212 MFG: � ROLLS-ROYCE SOLUTIONS GMBH QTY: �� 10 EA SCANNER CONTROL SYSTEM USED AS PART OF THE PCMS / MCMS / EAS SYSTEMS ON THE 154' WPC VESSELS. *** P/N HAS BEEN UPDATED TO X00E50210212 WITH NO CHANGE TO FORM, FIT OR FUNCTION. CHANGE RECORD 11023.12396-5344 SUBMITTED. *** EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 IN AN APPROPRIATELY SIZED ASTM-D5118 HEAVY DUTY DOUBLE-WALL FIBERBOARD BOX CUSHIONED AS APPROPRIATE TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACT. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE COAST GUARD WAREHOUSE. FAILURE TO MEET THE REQUIREMENTS FOR PACKAGING, PACKING, MARKING (PP&M) AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AND POSSIBLY RETURNED TO THE VENDOR. THIS WILL DELAY PAYMENT. ANY QUESTIONS CONCERNING THE PP&M REQUIREMENTS OR BAR-CODING SHOULD BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD. The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements.� Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A MARKED FOR: RECEIVING ROOM, Baltimore MD 21226 All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Brand Name part is mandatory to be considered for award, offers of �equal� products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (Mar 2023) 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 resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� The NAICS code for this solicitation is 334519 and the business size standard is 500. The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.� Award will be lowest price technically acceptable.� The Coast Guard intends to award on a Firm Fixed Price Contract. 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 (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is June 09, 2023, at 10:00 AM EST. Please send all correspondences to Jesus Yutig at Jesus.C.Yutig.CIV@USCG.mil. -------------------------------------------------------------------------------------------------------------------------------- Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) 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 Products and Commercial Services (Dec 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.aquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)(22 U.S.C. Chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf. Justification for Other than Full and Open Competition Simplified Acquisition Threshold 1. Vessel: 154� WPC 2. PR#_____________________________ 3. Description of Supplies or Services: The purchase of (10), Scanners, Control and Monitoring, P/N: X00E50210212, NSN: 6695-12-396-5344, component of the control system for the MTU Main Diesel Engines on the 154� WPC patrol boats. 4. Estimated Value of Procurement: 5. Source Available: MTU Friedrichshafen GMBH DBA MTU GMBH Maybachplatz1 Postfach 20 40 7990 Friedrichshafen 1 Germany 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: � � � � � � X - Brand Name Mandatory 7. Impact Statement: The Scanner listed in this J&A is part, or used in conjunction with, the MTU main diesel engines currently in use on the 154� WPC Patrol Boats. The Scanner is a complex commercial off the shelf item comprised of many interrelated parts, designed and manufactured by the OEM. The system was procured as a whole and was originally described as such by the Government; procurement was not based on Government specified descriptions of all of the various components contained within, and the Government has not purchased those descriptions from the OEM. The reliability of the main propulsion system, which may be the most important system on the 154� WPC platform, is critical to mission and safety; engine failure could potentially result in loss of life. The reliability of OEM manufactured/certified parts is known and acceptable; they have met Coast Guard mission requirements and safety standards through thousands of operational hours. The 154� WPC vessels routinely operate in bad weather and heavy sea state conditions during the course of their multi-mission operations in support of Homeland Security in international and territorial waters. These missions include search and rescue, law enforcement, migrant interdiction, drug enforcement and human trafficking prevention. Any attempt to assemble or manufacture the listed Scanner without the proper specifications, drawings, and technical data could cause catastrophic engine failure, fire, flooding and subsequent failure to meet unit mission requirements. Any failure of substituted or aftermarket parts could delay mission response, jeopardize the safety of the vessel and crew and possible cause loss of life, property, or damage to the environment. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. All reproduction manufacturing drawings, specifications, testing procedures and other technical data pertaining to the Scanners were not purchased in the 1990�-2000�s when these vessels were purchased by the Coast Guard and are not available for use by the Coast Guard now. The Coast Guard does not possess manufacturing data required to obtain full and open competition. Further, the scope of manufacturing, special tools and equipment required to manufacture the Scanners are unknown. The technical data that is needed is proprietary. Without the adequate data, the Coast Guard is not capable of evaluating equal or alternate parts manufactured by other than the OEM. The use of OEM parts will ensure components and processes are sufficient to enable physical and functional interchangeability, as well as identifying source, size, configuration and performance requirements. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. COR will continue to conduct market research with a focus on locating vendors with the required specialized capabilities needed for this type of work; however, without proprietary data needed for full and open competition this will be difficult.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7ed126d154046e1a0078df000e2357a/view)
- Record
- SN06696424-F 20230528/230526230109 (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 |