Skip to main content

An official website of the United States government

You have 2 new alerts

PUMP, CENTRIFUGAL

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: Solicitation (Original)
  • Original Published Date: Jan 28, 2022 07:42 pm EST
  • Original Date Offers Due: Feb 12, 2022 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 27, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA

Description

The USCG Surface Forces Logistics Center IBCT Product Line has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work:

  1. NSN: 4320 01-467-7988

P/N: 16-40121-XA01XX-6852

QUANTITY: 3

            UNIT OF ISSUE:  EA

MFG: GRUNDFOSS CBS INC. DBA PACO PUMPS

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 2021-07 –as of 10 Sep 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. 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.

FOB DESTINATION PREFERRED.

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.

Quotes may be submitted to gina.m.baran@uscg.mil, no later than FEBUARY 12, 2022, 12:00 p.m. EST; and must 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:   $ __________    x 03 EA $__________    

(This price shall also be the price the Government will be obligated to pay if any PUMP, CENTRIFUGAL ARE 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 Center

Receiving Room - Building 88A

2401 Hawkins Point Road

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:  __5___ calendar days from receipt of items by the company.

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

Repair (when authorized) - _______ 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

In accordance with FAR part 6.1 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

SEE ATTACHEMENT.

DUNS NO:

TAX ID:

NAICS CODES:

Contact Information

Contracting Office Address

  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 27, 2022 11:55 pm ESTSolicitation (Original)