Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

OVERSPEED SHUTDOWN and CENTRIFUGAL PUMP REPAIR

Solicitation Number: HSCG40-09-Q-60414
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: Commanding Officer, USCG Engineering Logistics Center
  • Print
:
HSCG40-09-Q-60414
:
Combined Synopsis/Solicitation
:
Added: Feb 06, 2009 8:56 am
The USCG Engineering Logistics Center has a requirement for repair/refurbishment and is requesting quotes for the following:

1) NSN 2815-99-737-6743, OVERSPEED SHUTDOWN, MAN DIESEL NORTH AMERICA INC. PART#: Y3J20600F, QUANTITY 1 EA

2) NSN: 4320-99-737-1258, PUMP, CENTRIFUGAL, MAN DIESEL NORTH AMERICA INC. PART# 12Y3J42010B, QUANTITY 5 EA in accordance with the following overhaul description:



ITEM 1)



OVERHAUL DESCRIPTION



ITEM NAME: OVER SPEED SHUT DOWN

STOCK NO.: 2815-99-737-6743

PART NUMBER: Y3J20600F

USED ON: MAIN DIESEL ENGINE, 110 FT. WPB



Assembly 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.



PRELIMINARY INSPECTION REQUIREMENTS:



The OVER SPEED SHUT DOWN shall be inspected in order to determine the extent of required repairs. An estimate shall be provided to the Coast Guard Contracting Officer, which shall include new parts required, labor hours required, and a total estimate for all required services. The serial number for each OVER SPEED SHUT DOWN shall be included in the Inspection Report.



OVERHAUL REQUIREMENTS:



The OVER SPEED SHUT DOWN shall be overhauled to a condition, which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with MAN B&W DIESEL LTD PAXMAN specifications and standards, which are proprietary to MAN B&W DIESEL LTD PAXMAN. All repair parts shall be genuine MAN B&W DIESEL LTD PAXMAN manufactured parts. Following completion of overhaul, the Contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer.



WARRANTY:



The OVER SPEED SHUT DOWN is being overhauled as a "system stock" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor shall 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 the 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 contractors conformance to preservation/packaging, packing and marking requirements.





PRESERVATION/PACKAGING:



The OVER SPEED SHUT DOWN shall be preserved and packaged for protection against deterioration for a period of up to two years.



PACKING AND MARKING FOR SHIPMENT:



Each OVER SPEED SHUT DOWN shall be packed individually in a wooden box, which shall be capable of providing adequate protection during storage and multiple shipments. Mark each box in legible black print lettering on contrasting painted background with the following information:



NATIONAL STOCK NUMBER: 2815-99-737-6743

ITEM NAME: OVER SPEED SHUT DOWN

PART NUMBER: Y3J20600F

GOVERNMENT ORDER NUMBER: __________________.

DATE OF REPAIR: ______________________.

SERIAL NUMBER: ______________________.



And the words: "Coast Guard ELC Material, Condition Code A".



BAR CODING:



Bar code labels shall be supplied on all boxes. All bar coded labels shall be in accordance with CG, ELC specification D-000-100 Rev. G, Dated, 2/06. The actual labels shall be Type V, Style 2, composition b with plastic laminate. Each label shall contain encoded data for the Stock Number and the Contract Number. The marking required can be applied separately or as part of the bar code.





The contractor shall provide a Certificate of Conformance for each OVERSPEED SHUTDOWN; one copy shall be placed in each box with the OVERSPEED SHUTDOWN and one copy shall be forwarded to the Coast Guard Contracting Officer.





(Offerers to provide the following information on quote)



ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT:



$____________



ITEM 2 PRELIMANARY ESTIMATE TO REPAIR PUMP:



$___________

(*Note this is a cost estimate to be prepared based on historical data of what major components are standardly replaced during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.)



ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY:



$___________



Assembly 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.



Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFP (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair.



PLANT INSPECTION by Government Personnel as designated by ELC Quality Assurance (Code 043) will perform Inspection at Contractor's Plant located at: (Quoters please fill in)

_________________________________________________________________________________________________________________________________________________________________________________



Contractor shall notify the contracting officer 14 (fourteen) days prior to material being ready for inspection.



ITEM 2



PRELIMINARY INSPECTION REQUIREMENTS:



ITEM NAME: PUMP, CENTRIFUGAL

STOCK NO.: 4320-99-729-7555

PART NUMBER: 12Y3J42010B

USED ON: MAIN DIESEL ENGINE 110 WPB.



Assemblies 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.



PRELIMINARY INSPECTION REQUIREMENTS:



Each PUMP shall be inspected in order to determine the extent of required overhaul. An inspection report shall be provided to the Coast Guard Contract Administrator, which shall include national stock numbers, serial numbers, part numbers, new parts required, with prices, labor rate, labor hours required and a total estimate for all required services.



OVERHAUL REQUIREMENTS:



Each PUMP shall be overhauled to a condition, which shall restore the operating and performance characteristics to the "ORIGINAL" design and technical specifications. Overhaul shall be performed in accordance with PAXMAN DIESELS LTD specifications and standards, which are proprietary to PAXMAN DIESELS LTD. All repair parts shall be genuine PAXMAN parts.



QUALITY ASSURANCE:



Following completion of overhaul, the contractor shall perform standard production tests and inspections to assure maximum design performance. The Contractor shall provide certifications of successful standard production tests and inspections. One certification shall be placed in the box with each unit and a copy for each unit shall be forwarded to the Coast Guard Contracting Officer.



WARRANTY:



Each PUMP is being overhauled as 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 the 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 contractors conformance to preservation/packaging, packing and marking requirements.



PRESERVATION/PACKAGING:



Each PUMP shall be preserved and packaged for protection against deterioration for a period of up to two years. All previously painted surfaces shall be re-painted in accordance with manufacturer's standards and colors, in order to provide a new appearance.



PACKING AND MARKING FOR SHIPMENT:



Each PUMP shall be packed individually in a wooden box, which shall be capable of providing adequate protection during storage and multiple shipments. Each box shall be marked on the two longest sides in stenciled black print on a highly contrasting painted white background. Characters shall be at least 1/2 inch high.



Example of marking layout:



NATIONAL STOCK NUMBER: 4320-99-729-7555

ITEM NAME: PUMP, CENTRIFUGAL

PART NUMBER: 12Y3J42010B

SERIAL NUMBER: as applicable

GOVERNMENT ORDER NUMBER: as applicable

DATE OF REPAIR: as applicable



And the words: "Coast Guard ELC Material, Condition Code A".



BAR CODING:



Bar code labels shall be supplied on all boxes. All bar coded labels shall be in accordance with CG, ELC specification D-000-100 Rev. G, Dated, 2/06. The actual labels shall be Type V, Style 2, composition b with plastic laminate. Each label shall contain encoded data for the Stock Number and the Contract Number. The marking required can be applied separately or as part of the bar code.





The contractor shall provide a Certificate of Conformance for each Starter Motor; one copy shall be placed in each box with the Starter Motor and one copy shall be forwarded to the Coast Guard Contracting Officer.





(Offerers to provide the following information on quote)



ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT:



$____________



ITEM 2 PRELIMANARY ESTIMATE TO REPAIR PUMP:



$___________

(*Note this is a cost estimate to be prepared based on historical data of what major components are standard replaced in during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.)



ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY:



$___________



Assembly 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.



Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFM (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair.





DELIVERY TERMS: Inspection Report shall be provided by the successfully awarded Contractor with in 14 days of receipt of Government furnished property. Delivery of material shall be within 45 days after authorization is given by the Coast Guard to the Contractor to proceed with repair.



EVALUATION FACTORS: QUOTES WILL BE EVALUATED BY USING THE BEST VALUE METHOD UTILIZING PRICE, PRICE RELATED FACTORS AND PAST PERFORMANCE. PRICE RELATED FACTORS INCLUDE; Cost to Government to ship GFP to contractor and cost of a QA trip, if applicable.



NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.



Substitute parts are not acceptable. It is anticipated that a non-competitive sole source Purchase Order will be issued for this item to MAN DIESEL NORTH AMERICA INC OR THEIR AUTHORIZED DISTRIBUTORS. It is the Governments belief that only MAN DIESEL NORTH AMERICA INC and/or their authorized dealers/distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to repair the OVERSPEED SHUTDOWN and PUMP, CENTRIFUGAL are invited to submit complete information that must include an authorization letter from the Original Equipment Manufacturer (OEM) certifying the following:



That the proposed contractor can obtain all OEM drawings, technical data, and parts required to repair the OVERSPEED SHUTDOWN and PUMP, CENTRIFUGAL in a timely fashion, in order to comply with required delivery terms set forth should a Purchase Order be issued from this solicitation.



This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-29 (JAN 2009) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include: proposed delivery in days, pricing for all items with shipping included in unit price, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 488390 and



the small business size standard is 1000 employees. 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 (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2009). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). FAR 52.225-1, Buy American Act—Supplies (April 2006)(41 U.S.C. 10a-10d); FAR 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf



Ombudsman Program

The Coast Guard Ombudsman Program for Agency Protests is a program intended to encourage interested parties to seek resolution of their concerns informally within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. It is designed to resolve contractor protests in a faster, less expensive manner than could be accomplished at an external forum. Concerns of interested parties can be resolved through independent, government binding adjudication taking place outside the procuring activity's chain of command.



Filing Agency Protests

It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO).



Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.

I

nformal forum with the Ombudsman: Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable).



Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e).



Formal protests filed under the OPAP program should be submitted to:

Department of Homeland Security

United States Coast Guard (CG-9131)

Ombudsman Program for Agency Protests

1900 Half Street, SW, Room 11-0602

Washington, D. C. 20593-0001

FAX: 202.475.3904

The Ombudsman Hotline telephone number is 202.372.3695.

CG-913Ombudsman@uscg.mil
:
2401 Hawkins Point Road
Building 31, Mail Stop 26
Baltimore, Maryland 21226-5000
:
Thomas J. Richmond
Phone: 4107626957
:
Scott A. Wood,
Contract Specialist
Phone: 410-762-6434
Fax: 410-762-6270