OIR GENERATOR, 270' SSDG STBD

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08023QAG034

Basic Details

started - 06 Dec, 2022 (16 months ago)

Start Date

06 Dec, 2022 (16 months ago)
due - 15 Dec, 2022 (16 months ago)

Due Date

15 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
70Z08023QAG034

Identifier

70Z08023QAG034
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34342)US COAST GUARD (24449)SFLC PROCUREMENT BRANCH 1(00080) (3363)

Attachments (1)

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:Item 1NSN: 6115 01-121-8046OIR GENERATOR, 270' SSDG STBDMFG NAME: KATO ENGINEERING INC.PART_NBR: 475-670361114QUANTITY: 1 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 2022-05 10/25/22) 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 811219. 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 Eric.I.Goldstein@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 (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2020) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders – Commercial Items (October 2020). 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 Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer.52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020)52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)52.219-28, Post Award Small Business Program Rerepresentation (May 2020)FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755);FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126);FAR 52.222-21, Prohibition of Segregated Facilities (April 2015);FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246);52.222-50, Combating Trafficking in Persons (October 2020)FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (June 2020);52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 201452.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2018)(31 U.S.C. 3332)..___ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).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

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

Please Sign In to see more like these.

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

Classification