Open/Inspect/Report Turbosupercharger with possible repairs
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Dec 21, 2021 11:18 am EST
- Original Date Offers Due: Jan 07, 2021 11:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 22, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2950 - TURBOSUPERCHARGER AND COMPONENTS
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance:
Description
The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and possible Repair the following to “Condition Code “A”
NSN 2950 37-526-5030, TURBOSUPERCHARGER, ENGINE
P/N 3801387
Quantity: 4 each
(NOTE: No substitute or after-market parts shall be authorized for the repair of these Turbosupercharger, Engine. Only actual OEM parts shall be acceptable. All work is required to be performed by an authorized OEM Repair Facility.)
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Part 13, FAC 2021-07 (Sept 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 _336611 and the Small Business Size Standard is _1250.
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 Volvo Penta of the Americas and or their authorized dealer/repair facility can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items
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 (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is January 07, 2022_, at _11_ a.m. Eastern Standard Time.
Offers may be submitted on company letterhead stationary and must include the following information:
(1) Loaded Labor Rate: __________ (This rate shall include direct and indirect labor costs associated with the labor rate, G&A, overhead, and profit).
(2) Inspection Charge Per Turbosupercharger, Engine $____________ (This price shall be the price the Government shall be obligated to pay if any Turbosupercharger is determined to be beyond economical repair).
(3) 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 Overhaul Description).
(4) Replacement cost for new Turbosupercharger Engine (if available): $_____________
(5) FOB Destination for return of material
NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order.
DELIVERY SCHEDULE
The delivery schedule shall be as follows:
Inspection Report(s) - 14 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
Repaired Turbosupercharger (when authorized) - 45 calendar days after receipt of Contracting Officer’s authorization to proceed
TEST AND INSPECTION REPORTS
In addition to the requirements identified in the Overhaul Description, all inspection reports must contain the following minimum information:
(a) Actual number of labor hours, hourly rate, and total labor cost for each Turbosupercharger.
(b) List of all replacement parts required, including part numbers, unit prices, extended prices.
(c) Any charges involved with long-term storage.
(d) Price of new Item.
(e) Serial Number of each Item.
(f) Proposed delivery date for repaired Items.
TESTS/INSPECTION - Any testing requirements identified in the Overhaul Description may be witnessed by a Government Quality Assurance Representative. The Contractor shall notify the Contracting Officer fourteen (14) calendar days prior to being ready to final test and inspection.
EVALUATION
Award 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:
(a) Technical - In order for a quotation to be considered technically acceptable the offeror MUST
submit written verification from the OEM that the offeror is an authorized repair facility for
the OEM. Quotations that are received without written verification shall be rejected
as nonresponsive
(b) Past performance –submit references where this Turbosupercharger or similar has been repaired for the Coast Guard or the OEM.
(c) Price
Technical and past performance is more important than price.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sept 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); 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 (Sept 2021). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Sept 2021(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 (Jan 2020)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Jun 2020); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jan 2021(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2018)(31 U.S.C.
Attachments/Links
Contact Information
Contracting Office Address
- 2401 HAWKINS PT RD. BLDG 31 MS 26
- BALTIMORE , MD 21226
- USA
Primary Point of Contact
- Cynthia A Matthews
- cynthia.a.matthews@uscg.mil
- Phone Number 4107626509
Secondary Point of Contact
History
- Dec 21, 2021 11:55 pm ESTCombined Synopsis/Solicitation (Original)