OPEN, INSPECT AND REPORT PUMP COOLING

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08021QAK049

Basic Details

started - 25 Mar, 2021 (about 3 years ago)

Start Date

25 Mar, 2021 (about 3 years ago)
due - 05 Apr, 2021 (about 3 years ago)

Due Date

05 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
70Z08021QAK049

Identifier

70Z08021QAK049
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34471)US COAST GUARD (24545)SFLC PROCUREMENT BRANCH 1(00080) (3385)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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: 2930-12-344-4810PUMP COOLING  SALT WATERPART NUMBER:  5552002201MFG: MTU FRIERICHSHAFEN GMBHQUANTITY: 10 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. Substitute parts are not acceptable.  It is anticipated that non-competitive sole source purchase order will be awarded as a result of this synopsis/solicitation.  It is the government’s belief that only MTU Motoren Turbinen-Union and/or their authorized repair facility can obtain required technical and engineering data, and genuine OEM pats. Required to successfully provide these items.  Concerns having the expertise and required
capabilities to provide these items are invited to submit complete information discussing the same within two (02) 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 distributor, and verifying the OEM will supply only genuine OEM parts.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 13Quotes 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 CenterReceiving Building 882401 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 SCHEDULEOur 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 companyInspection 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 ReportsRepair (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 companyInspection 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 ReportsRepair (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. EVALUATIONAward 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. PriceV. 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 attachedAll responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registeredwith Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer.OVERHAUL DESCRIPTIONITEM NAME PUMP,COOLING SYSTEM ENGINESTOCK NUMBER 2930-12-344-4810PART NUMBER 5552002201USED ON 87 WPB VESSELSItems as received by the contractor must be complete and ofthe proper cited part number. Discrepancies shall be reported tothe Coast Guard Contracting Officer.OVERHAUL REQUIREMENTS:ITEM NAME : Pump, Cooling, Salt WaterSTOCK NO. : 2930-12-344-4810PART NUMBER : 5552002201ITEM USE : Reduction Gear 87' WPB VesselsPRELIMINARY INSPECTION REQUIREMENTSThe Contractor shall disassemble, clean and inspect the Pump, Cooling, SaltWater to obtain the overall condition and determine the estimated cost ofoverhaul. A detailed report and repair plan including material, labor rate,labor hours, overhaul, testing, preservation, packaging, packing, marking,bar-coding and crate repair or replacement costs shall be submitted to theCoast Guard Contracting Officer for approval. Overhaul is intended torestore the Pump, Cooling, Salt Water to a condition that is equal to that ofa new Pump, Cooling, Salt Water as listed above. No further work shall beaccomplished until the report is approved in writing by the Coast GuardContracting Officer.The inspection report and repair plan shall consist of, as a minimum, thefollowing information:1. Name of Contractor2. Date of Inspection3. Identification of Pump, Cooling, Salt Water by serial number, part numberand stock number.4. Condition of shipping crate and any cost of repair or replacement.5. A list of parts and materials recommended for replacement with individualpricing.6. Cost of overhaul labor broke down by number of hours and hourly rate.7. Comments if any pertaining to unusual observations during inspection anddisassembly.OVERHAUL REQUIREMENTSOverhaul - The Pump, Cooling, Salt Water shall be overhauled to a serviceable"A" condition, which shall restore the operating, coating and performancecharacteristics to the "original" design and technical specifications aslisted above. Overhaul shall be performed in accordance with OriginalEquipment Manufacturer (OEM) specifications and standards.*** Serviceable "A" condition is defined as a reconditioned Pump, Cooling,Salt Water meeting all required design specifications and design dimensionsin accordance with the OEM and being capable of functioning and performing inthe same manner as an identical new Pump, Cooling, Salt Water although it maynot have the appearance of a new Pump, Cooling, Salt Water. ***Replacement Parts - All replacement parts used for this requirement shall benew OEM parts. Reclaimed, recycled or aftermarket parts are not acceptableSHELF LIFE CD 0FOR OFFICIAL USE ONLYSalt Water meeting all required design specifications and design dimensionsin accordance with the OEM and being capable of functioning and performing inthe same manner as an identical new Pump, Cooling, Salt Water although it maynot have the appearance of a new Pump, Cooling, Salt Water. ***Replacement Parts - All replacement parts used for this requirement shall benew OEM parts. Reclaimed, recycled or aftermarket parts are not acceptableand shall not be used. The overhaul facility or any sub-contractors shallnot manufacture parts to be used on overhauled assemblies without permissionfrom the Contracting Officer. Parts not normally manufactured by the OEMsuch as nuts, bolts, o-rings, seals, gaskets etc. shall be equal to thequality of such parts originally installed by the OEM, but are not requiredto be supplied by the OEM.Testing - Following completion of overhaul, the Contractor shall performstandard production tests and inspections to assure maximum designperformance in accordance with OEM drawings and specifications. TheContractor shall provide certifications of successful standard productiontests and inspections. One certification shall be placed in the box witheach unit and a copy of each certification shall be forwarded to the CoastGuard Contracting Officer.Coating - Contractor shall clean and prepare surfaces for coating IAW coatingmanufacturer requirements. Contractor shall use a suitable primer compatiblewith final coating. Primer thickness and application shall be IAW primermanufacturer instructions. Color of finish coat shall be the same asoriginally coated when new. Any changes to color shall be approved by theContracting Officer.Calibration - Contractor shall have a tool calibration program. Allmeasuring devices, test equipment and attached gages shall be calibrated andhave a current calibration sticker attached. Calibration shall be traceableto National standards.Assembly - The Pump, Cooling, Salt Water shall be delivered to the CoastGuard completely assembled and ready for installation.Warranty - The standard manufacturer warranty applies to this requirement.PRESERVATION, PACKAGING, PACKING, MARKING AND BAR-CODINGPreservation - The Pump, Cooling, Salt Water is for system stock and will notbe installed immediately. The Contractor shall use an appropriatepreservative as necessary to preserve all uncoated surfaces for a minimum oftwo years.Packaging and Packing - Each Pump, Cooling, Salt Water shall be packagedindividually in a sealed clear plastic bag tie wrapped closed inappropriately sized ASTM-D6251 Type III, Class 1 Wood-Cleated PanelboardShipping Box or ASTM-D6880 Class 2 Heavy Duty screwed Wooden Box. Each Pump,Cooling, Salt Water shall be secured to the skid mounted crate or packed insuch a way to prevent any movement and damage.Marking - Marking IAW MIL-STD-129R except bar coded IAW ISO/IEC-16388-2007,Code 39 Symbology. The marking described herein shall be placed on thelongest two sides of each box (on opposite ends).NOTE: ALL PREVIOUS MARKINGS AND / OR QUALITY ASSURANCE DECALS SHALL BECOMPLETELY REMOVED FROM THE REUSABLE SHIPPING CONTAINER PRIOR TO THEAPPLICATION OF ANY NEW MARKINGS.NATIONAL STOCK NUMBER: NSN: 2930-12-344-4810OVERHAUL DESCRIPTIONFOR OFFICIAL USE ONLYITEM NAME: PUMP, COOLING, SALT WATERPART NUMBER: 5552002201CONTRACT NUMBER: SEE CONTRACTSERIAL NUMBER: CONTRACTOR PROVIDESHIPPING WEIGHT: CONTRACTOR PROVIDETHE FOLLOWING STATEMENT: COAST GUARD SFLC MATERIALCONDITION "A", 1 EACoast Guard Acceptance - Acceptance will be made at destination by agovernment representative. Acceptance will be contingent uponrepresentative's verification of no damage in transit, correctness andcompleteness of order and Contractor's conformance to preservation,packaging, packing, marking and bar-coding requirements. 

300 EAST MAIN ST, STE 950, VESS DIV  NORFOLK , VA 23510  USALocation

Place Of Performance : 300 EAST MAIN ST, STE 950, VESS DIV NORFOLK , VA 23510 USA

Country : United StatesState : Virginia

You may also like

OPEN, INSPECT, REPORT, AND REPAIR OF 02 7025 01-619-9595 DISPLAY UNIT

Due: 06 Nov, 2024 (in 6 months)Agency: U.S. COAST GUARD

OPEN, INSPECT, REPORT, AND REPAIR OF 01 5985 01-545-3503 ANTENNA

Due: 30 Jun, 2024 (in 1 month)Agency: U.S. COAST GUARD

4320-01-595-4657 OPEN, INSPECT, REPORT AND OVERHAUL OF CENTRIFUGAL PUMPS

Due: 01 Jun, 2024 (in 29 days)Agency: U.S. COAST GUARD

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode 2930Engine Cooling System Components, Nonaircraft