Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

29 -- GOVERNOR DIESEL ENGINE

Notice Date
5/19/2022 10:13:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08022QAF095
 
Response Due
5/26/2022 7:00:00 AM
 
Archive Date
06/10/2022
 
Point of Contact
YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@USCG.MIL)
 
Description
The USCG Surface Forces Logistics Center, , has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: NSN: 2910-01-209-6294 GOVERNOR DIESEL ENGINE PART NUMBER:� J8558-245 MFG: WOODWARD GOVERNOR CO IND GROUP QUANTITY: 05 EACH���������������� �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.� Quotes may be submitted to Yvette.R.Johnson@uscg.mil and include the following information:� *BRAND NAME MANDATORY PARTS* 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 Center Receiving Building 88 2401 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 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:� __05__ calendar days from receipt of items by the company Inspection 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 Reports Repair (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 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 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 .� [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 The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) 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 (Nov 2017); FAR� 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Jan 2019).� FAR 52.212-5 is attached 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. OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY ITEM NAME GOVERNOR,DIESEL ENGINE STOCK NUMBER 2910-01-209-6294 PART NUMBER J8558-245 USED ON 210 WMEC Items as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. OVERHAUL REQUIREMENTS: REPAIR DESCRIPTION Item name: Stock numbers: Part numbers: Used on: Governor, Diesel 2910-01-209-6294 J8558-245 210 ft WMEC 1. SCOPE 1.1. This description covers the inspection, repair, preservation, packaging, and marking of the item described above for the USCG Engineering Logistics Center. The assembly as received by the contractor must be complete and of the proper cited part number. Report discrepancies to the Coast Guard Contracting Officer. 1.2. DESCRIPTION 1.3. The Governor shall be inspected, repaired, preserved and packaged as specified herein 2. APPLICABLE DOCUMENTS 2.1.1. USCG-ELC specification D-000-0100 REV G, Bar Coding for USCG Engineering Logistics Center Procured Material. 2.1.2. ANSI/NCSL Z540-1-1994, General Requirements for Calibration Laboratories and Measuring and Test Equipment. 3. REQUIREMENTS 3.1 The contractor shall provide all labor and material required to Inspect, Repair, preserve, package, and mark the 210? WMEC Woodward Governor. 3.2 The Governor has been identified as a Woodward J8558-245 please mark the governor accordingly. 3.3 BRAND NAME MANDATORY - Compatibility with the original equipment manufacturer is required. All items specified herein shall be manufactured by or in accordance with Woodward Governor requirements. 3.3.1 The specification and data regarding this item are proprietary to Woodward. The form fit and function of the Governor must be exactly compatible with the end item or system for which it is an assembly, subassembly, or part. 3.3.2 It is critical to the end item and the ship board system?s functional characteristics that items submitted under this repair are a product of SHELF LIFE CD 0 3.3.1 The specification and data regarding this item are proprietary to Woodward. The form fit and function of the Governor must be exactly compatible with the end item or system for which it is an assembly, subassembly, or part. 3.3.2 It is critical to the end item and the ship board system?s functional characteristics that items submitted under this repair are a product of Woodward only 3.4 The contractor shall maintain a test equipment calibration system in compliance with ANSI/NCSL Z540.1, traceable to the National Institute of Standards (NIST). 3.5 The contractor shall notify the Contracting Officer (7) calendar days prior to any required/monitored inspections required herein. 3.6 The contractor shall provide a warranty that covers the contractor?s workmanship and the usability of the Governor for its use on the engines of 140? WTGB vessels. 4. GOVERNMENT ACCEPTANCE 4.1. Final acceptance will be made at the destination by a government representative. Acceptance will be contingent upon representative?s verification of no damage in transit, correctness and completeness of order, and contractor?s conformance to preservation, packing and marking requirements. 5. PRESERVATION, PACKING, AND MARKING FOR SHIPMENT 5.1. PRESERVATION: Each Governor shall be preserved in accordance with USCG / ELC SP-PP&M-001 Dated 05/95 Rev D 10/00. 5.2. PACKAGING: Each Governor shall be individually packed in its own container as specified in SP-PP&M dated 05/95 Rev. D 10/00, and ASTM D 3951- 98 section (5.1.2.1). 5.3. MARKING: Mark each box on two opposite sides, and the top, in legible black print lettering with the following information: NATIONAL STOCK NUMBER: 2910-01-209-6294 ITEM NAME: Governor, Diesel PART NUMBER: J8558-245 SERIAL NUMBER: As Marked GOVERNMENT ORDER NUMBER: See Contract page 1 STAGING ITEM NUMBER (IF APPLICABLE) N/A PROJECT NUMBER (IF APPLICABLE) N/A ?Coast Guard Engineering Logistics Center Material, Condition Code ?A?.? 5.4. BAR CODING 5.4.1. Bar code labels shall be provided on all packed sets except for those that require data submissions only. 5.4.2. All bar coded labels shall be in accordance with ELC specification D- 000-0100 REV G. 5.4.2.1. The actual labels shall be type ?V?, Grade ?A?, Style ?2?, OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY Composition ?b? with plastic laminate. 5.4.2.2. Each label shall contain encoded data for the Stock Number, and the Purchase order/Contract number as appropriate. WARRANTY: A. Standard Manufacturer's Warranty X B. Item being repaired as an ""onboard repair"" or a ""system stock"" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. PACKAGING AND MARKING FOR SHIPMENT: X A. Each unit shall be packed individually in it's own wooden box which shall be capable of providing adequate protection to the item during multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER ITEM NAME PART NUMBER GOVERNMENT ORDER NUMBER 2910-01-209-6294 GOVERNOR,DIESEL ENGINE J8558-245 PRESERVATION / PACKAGING: A. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. X B. See Attachments B. See Attachments And the words: ""Coast Guard SFLC Material, Condition ""A"" �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d6d7cae99f34ced9733d1d10fa0af02/view)
 
Record
SN06332515-F 20220521/220519230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.