Federal Bid

Last Updated on 04 May 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

REPAIR OF XCVR

Solicitation ID HSCG40-13-Q-B42FZ20
Posted Date 12 Apr 2013 at 2 PM
Archive Date 04 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and for the possible Repair of the following:

1/1a
5821-01-227-2154
XCVR RT1505/RT116BC
Raytheon P/N: 707648-802
Quantity: 5 ea

NOTE: ALL EQUIPMENT IS TO BE INSPECTED / REPAIRED IN ACCORDANCE WITH ATTACHED OVERHAUL DESCRIPTION MARKED EXHIBIT I.


This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-66 (April 1, 2013), 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 811213 and the Small Business Size Standard is $10,000,000.00. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisition Procedures, in accordance with FAR 13.105.

Quotations may be submitted on company letterhead stationary and must include the following information:

Please provide the following for each line item:

(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 device: ___________ (This price shall be the price the Government shall be obligated to pay if any item is determined to be beyond economical repair).

-OR- Flat Rate repair charge: __________________

(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 Repair Description).

(4) Replacement cost for new device (if available): ____________

(5) FOB Origin or FOB Destination. (FOB Origin quotations must include estimated shipping cost): _________

NOTE: A Department of Labor Wage Rate Determination shall be requested upon award and shall be incorporated in the resultant purchase order.

DELIVERY SCHEDULE: This applies to all line items, partial shipments will be accepted.

Inspection Report desired on or before June 7, 2013. Your proposed delivery: ______________

Repaired items desired on or before July 1, 2013. Your proposed delivery: _____________


TEST AND INSPECTION REPORTS

In addition to the requirements identified in Exhibit I, all inspection reports must contain the following minimum information:

(a) Actual number of labor hours, hourly rate, and total labor cost for blade set.
(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

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 ability.
(b) Estimated Price
(c) Cost to ship GFP to Contractor's facility
(d) Past performance

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008);

Included in this solicitation as Attachment I:
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (December 2012) with Alternate I.

Quoters(s) must include a completed copy of FAR 52.212-3 with their quote. The Quoter shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Quoter shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Quoter may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office.

The following FAR Clauses apply to this solicitation. Quoters may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2012);

Included in this solicitation as Attachment II:
FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2013)

Companies must have valid DUNS numbers and be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with Quotation.

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency.

Bid Protests Not Available

Similar Past Bids

Location Unknown 29 Aug 2022 at 10 PM
Mechanicsburg Pennsylvania 31 Jan 2019 at 12 AM
Mechanicsburg Pennsylvania 31 Jan 2019 at 1 PM
Location Unknown 09 May 2006 at 4 AM
Baltimore Maryland 30 Jun 2014 at 5 PM

Similar Opportunities

Waianae Hawaii 11 Jul 2025 at 1 AM
Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 14 Jul 2025 at 6 PM