(ii) Solicitation number HSCG40-10-Q-50002 applies, and is issued as Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40.
(iv) This procurement is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332410 and the business size standard is $7M. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
(v) CLIN 0001: DFP-Data for Provisioning
CLINS 0002; 1001, 2001; 3001; 4001: 4 Coolers, Keel; each
Brand Name: Duracooler part number SC-418DP-114, with the salient features: Overall Length: 121 ¼ inches, Overall Width: 16 7/16 inches, Overall Width: 16 7/16th inches, Overall Projection from hull to bottom of zinc electrode: 4 15/16 inches, Inlet and Outlet Piping Connections: 3 inch NPS nozzles both located 3 5/8 inches from same end of cooler, Cooling Circuit: Single, Heat Rejection: 26, 012.28 Btu/min, Fresh Water Flowrate: 120.2 gpm, Min Raw Water Flow Past Cooler Tubes (Knots): 3, Maximum Sea Water Temperature: 85 degrees F., Cooler Material: Copper-Nickel.
CLINS 0003; 1002; 2002; 3002; 4002: 4 Coolers, Keel; each
Brand Name: Duracooler part number SC-216DP-63, with the salient features: Overalll Length: 66 ½ inches, Overall Width: 11 1/8 inches, Overall Projection from hull to bottom of zinc electrode: 2 7/8 inches, Inlet and Outlet Piping Connections: 1-1/2 inch NPS nozzles both located 1 ¾ inches from same end of cooler, Cooling Circuit: Single, Heat Rejection: 5863 Btu/min, Fresh Water Flowrate: 33 gpm, Min Raw Water Flow Past Cooler Tubes (Knots): 0, Maximum Sea Water Temperature: 85 degrees F., Cooler Material: Copper-Nickel.
CLIN 0004: Data for Provisioning
EVALUATION CRITERIA:
***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 ability, including the ability to provide genuine OEM parts
(b) Estimated Price
(c) Past performance
All evaluation factors are listed in descending order of precedence with (a) Technical ability to provide genuine OEM parts being the most significant factor, and (c) Past performance being the least significant evaluation factor.
Any offeror found technically unacceptable will be excluded from consideration.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(vii) Place of performance is: USCG SFLC, Baltimore, MD.
(viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008).Addendum to FAR 52.212-5: FAR 52.252-2 Clauses Incorporated by Reference. (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov. 52.204-4 Printing/Copying Double-Sided on (AUG 2000); 52.211-15 Defense Priority and Allocation (SEP 1990); 52.222-50 Combating Trafficking in Persons (Feb 2009) Alt 1 (Aug 2007); 52.216-18 Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-21 Requirements (Oct 1995); 52.217-5 Evaluation of Options (July 1990); 52.333-3 Protest After Award (Aug 1996) (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001-4002, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
(ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply.
(x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 (Apr 2002) included are to be submitted with your offer.
(xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2010). The following clauses listed in 52.212-5 are incorporated:
A. 52.203-6 Restrictions on Subcontracting Sales to the Government (Sep 2006), with Alt I (Oct 2005).
B. 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15U.S.C.644).
C. 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).
D. 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)).
E. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)).
F. 52.222-3 Convict Labor (June 2003)(E.O. 11755).
G. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126).
H. 52.222-21 Prohibition of Segregated Facilities (Feb 1999).
I. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246).
J. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212).
K. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793).
L. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212).
M. 52.222-54 Employment Eligibility Verification (Jan 2009)(E.O. 12989).
N. 52.222-50 Combating Trafficking in Persons (Feb 2009).
O. 52.225-1 Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d).
P. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008).
Q. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332)
(xiii). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. 3052.242-71 Dissemination of contract information. (DEC 2003).3052.242-72 Contracting officer's technical representative. (DEC 2003).Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
(xiv) QUOTES ARE DUE BY 10:00 AM EST on May 19, 2010. Quotes may be faxed to (410) 762-6090 or emailed to Ebony M. [email protected]. Vendors must confirm USCG's receipt of their quotation. The Government will not accept questions after 10:00AM EST on May 19, 2010.
(xv) POC is Ebony Davis, USCG Contract Support, 410-762-6186