OPEN, INSPECT AND REPORT ENGINE ELECTRICAL STARTER

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08021QDE022

Basic Details

started - 17 May, 2021 (about 2 years ago)

Start Date

17 May, 2021 (about 2 years ago)
due - 25 May, 2021 (about 2 years ago)

Due Date

25 May, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
70Z08021QDE022

Identifier

70Z08021QDE022
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34384)US COAST GUARD (24480)SFLC PROCUREMENT BRANCH 1(00080) (3367)

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, PATROL BOATS Product Line, has a requirement to Open, Inspect, and provide an Inspection Report for the following:ITEM 1)NSN:  2920 12-156-2556STARTER, ENGINE ELECTRICALOpen, Inspect and ReportMFG NAME: MTU FRIEDRICHSHAFEN GMBHPART_NBR: 0031515501Quantity: FORTY (40) EACHITEM: 2NSN:  2920 12-385-6651STARTER, ENGINE ELECTRICALOpen, Inspect and ReportMFG NAME: MTU FRIEDRICHSHAFEN GMBHPART_NBR: 0051510001Quantity: SIXTEEN (16) EACHItems 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.PricingITEM (1)STARTER, ENGINE ELECTRICALRefer to SFLC SPECIFICATION R-400-299-MEach inspection report submittal shall be configured to read as follows for each piece of Equipment repaired.Hourly Labor Rate: __________Hours needed for each piece of
equipment being repaired: __________3.) A list of parts that are being replaced for each piece of equipment being Repaired: __________4.)The cost of each part that is being replaced for each piece of equipment Being repaired: __________If any other costs are being implemented such as Packaging, Marking, Freight and or Delivering etc. these charges shall be individually identified on the inspection/repair report.OR…(6) Firm Fixed Price repair cost per item: ____________ (No inspection report required unless items are found to be Beyond Economical Repair)ITEM (2)STARTER, ENGINE ELECTRICALRefer to SFLC SPECIFICATION R-400-299-MEach inspection report submittal shall be configured to read as follows for each piece of Equipment repaired.Hourly Labor Rate: __________Hours needed for each piece of equipment being repaired: __________3.) A list of parts that are being replaced for each piece of equipment being Repaired: __________4.)The cost of each part that is being replaced for each piece of equipment Being repaired: __________If any other costs are being implemented such as Packaging, Marking, Freight and or Delivering etc. these charges shall be individually identified on the inspection/repair report.OR…(6) Firm Fixed Price repair cost per item: ____________ (No inspection report required unless items are found to be Beyond Economical Repair) 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: Only one responsible source and no other supplies or services will satisfy agency requirements, i.e. Unique capabilities, Limited number of sources, and/or Proprietary data.  Impact Statement (describe the impact on the mission or property) This various is a proprietary commercial item of the proposed contractor.The U.S. Coast Guard did not negotiate the purchase or unrestricted use of any technical data associatedwith this item when it was originally acquired for fleet applications. Accordingly, the reproductionmanufacturing drawings, specifications, repair tolerances/parameters and other relevant informationneeded for an effective overhaul/repair of the item remain the sole property of the OEM.10. 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.Since the technical information required in making a fair and reasonable assessment of this various is un-available; the OEM is the only contractor that can guarantee interchangeability of the item. Therefore, we are restricted to and must rely solely upon the OEM or an authorized OEM repair facility to satisfy the current acquisition need. Any attempt to repair/overhaul this item using other than OEM parts and without access to OEM reproduction manufacturing drawings, specifications, repair tolerances/parameters, test procedures and other relevant information could cause equipment failure and subsequent failure to meet unit mission requirements.Failure in following these instructions will result in the termination of the contract.EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:MIL-STD-2073-1E W/CHANGE 17, METHOD 10ASTM-D-3951-10SFLC SP-PP&M-001 DTD 06/06/11EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:MIL-STD-129P W/CHANGE 4SFLC SP-PP&M-001 DTD 06/06/11BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING:SFLC SP-PP&M-001 DTD 06/06/11PACKAGING AND MARKING FOR SHIPMENT:A. Each unit shall be packed individually in its own wooden boxWhich shall be capable of providing adequate protection to the itemduring multiple shipments. Mark each box in legible black printlettering with the following information:NATIONAL STOCK NUMBER ITEM NAME  PART NUMBER:           GOVERNMENT ORDER NUMBERPRESERVATION / PACKAGING:A. Each unit shall be individually preserved and wrapped forProtection against deterioration for a period of two (2) yearsMinimum. And the words: "Coast Guard SFLC Material, Condition "A"WARRANTY:Item being repaired as an "onboard repair" or a "system stock" itemand will be put into inventory. NOT FOR IMMEDIATE INSTALLATION.Contractor must guarantee item against defects that lead to failure for90 days after installation for a period of up to two (2) years afterdelivery to Coast Guard.NOTE:  A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase orderAll repairs are contingent upon receipt and review of an inspection report unless the offeror is able to quote an acceptable firm, fixed repair price before the closing date of this solicitation.  All repairs shall be conducted in accordance with attachment 1 and the additional instructions contained herein.This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, 2020-05 (MARCH 2020)and 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 and the Small Business Standard is $7,000,000.   This synopsis/solicitation is issued pursuant to FAR 6.302-1.  The resultant purchase order will be awarded using Simplified Acquisitions Procedures in accordance with FAR 13.  It is anticipated that a fixed price purchase order will be issued as a result of this solicitation. II. Delivery ScheduleInspection Report(s) – 15 Calendar days from the date Government Furnished material is received at the Contractors facility.Coast Guard Review-10 Calendar days after receipt of inspection ReportsRepaired Items (when authorized)-45 calendar days after receipt of Contracting Officer’s authorization to proceed.III. TEST AND INSPECTION REPORTS shall be submitted in accordance with Attachement 1.IV. EVALUATIONAward 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:Technical capabilityEstimated Price, including shippingPast performanceNote: All evaluation factors are listed in descending order of precedence with (a) Technical capability being more significant than (b) Estimated price and (c) Past performance. Estimated price is significantly more important than past performance. V. FAR PROVISIONS AND CLAUSESThe following FAR provisions apply to this solicitation.  FAR 52.212-1 Instruction to Offerors-Commercial Items (June 2008); FAR 52-212.3 Offerors Representations and Certifications-Commercial Items (11/25/13) with Alternate 1.  Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.  The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation.  Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers.  The Offeror shall include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation.  References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance.  The Government may waive the submission of past performance information by the offeror is adequate data already exists on file within this office.  The following FAR Clauses apply to this solicitation.  Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). The following clauses listed within FAR 52.212-5 are applicable:  52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (Jul 2010) (E.O. 13126);  FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793);  FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sept 2010) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (SEP 2009); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(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—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332).  FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) and 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006).  Copies of HSAR clauses may be obtained electronically at www.dhs.gov.VI. All responsible source may submit a quotation, which if timely received, shall be considered by the Agency.  Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information (TIN) with their offer. The closing date and time for receipt of quote is MAY 25, 2021, at 1:00 PM Eastern Standard Time

Curtis Bay ,
 MD  21226  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : CHSTNT HL CV

You may also like

29--STARTER,ENGINE,ELEC

Due: 06 May, 2024 (in 9 days)Agency: DEPT OF DEFENSE

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 2 months)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 811211
pscCode 2090Miscellaneous Ship and Marine Equipment