OPEN INSPECT AND REPORT CONTROLLED DIGITAL CONTROL

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08023QDJ034

Basic Details

started - 20 Mar, 2023 (13 months ago)

Start Date

20 Mar, 2023 (13 months ago)
due - 27 Mar, 2023 (13 months ago)

Due Date

27 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
70Z08023QDJ034

Identifier

70Z08023QDJ034
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF
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 requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: (1) NSN: 5830-01-564-1693 CONTROLLED DIGITAL CONTROL CENTER P/N: UM-IDCH-7200-327 MFG: HOSE MCCANN QTY: 10 EA 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 2023-01 (Dec 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 811210 and the small business size standard is $12.5 million. 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. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same. Substitute parts are not acceptable. 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 HOSE MCCANN and/or their authorized repair facilities can repair these units. Concerns having the expertise and required capabilities to repair this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility verifying the OEM will supply genuine OEM parts. 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 the item listed above 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 of 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: 5calendar days from receipt of items by the company Inspection Report(s) - 15 calendar days from the date Government-Furnished Material is received at the Contractor’s facility. Coast Guard Review - 7 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: _____ 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 (if applicable). [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 (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) 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://www.sam.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 (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2022). 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. OVERHAUL DESCRIPTION ITEM NAME INTERCOMMUNICATIONSTATION STOCK NUMBER 5830-01-564-1693 PART NUMBER UM-IDCH-7200 USED ON 87' CPB 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: Refer to SFLC SPECIFICATION R-400-299-M Each inspection report submittal shall be configured to read as follows for each piece of Equipment repaired. 1.) Hourly Labor Rate: __________ 2.) 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: __________ 5.) 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. Failure in following these instructions will result in the termination of the contract. EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW TYPE III, CLASS I OF MIL-B- 81705E w_AMENDMENT 1 DTD 02/08/2010. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E W/CHANGE 17, METHOD 10 ASTM-D-3951-10 SFLC SP-PP&M-001 DTD 06/06/11 EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING: MIL-STD-129P W/CHANGE 4 SFLC SP-PP&M-001 DTD 06/06/11 BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 DTD 06/06/11 WARRANTY: X 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.

NORFOLK, VA, 23510, USALocation

Place Of Performance : 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 2 months)Agency: U.S. COAST GUARD

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

Due: 01 Jun, 2024 (in 1 month)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

NAICS CodeCode 811210
Classification CodeCode 5830