45' RBM Jet Tunnel Machining
Solicitation: 70Z04019Q55074B00 Agency/Office: United States Coast Guard (USCG) Location: USCG Surface Forces Logistics Center (SFLC) Title: 45' RB-M Jet Tunnel Machining Description: The USCG Surface... Solicitation: 70Z04019Q55074B00 Agency/Office: United States Coast Guard (USCG) Location: USCG Surface Forces Logistics Center (SFLC) Title: 45' RB-M Jet Tunnel Machining Description: The USCG Surface Forces Logistics Center, Small Boat Product Line (SBPL) has a need for machining interior face of impeller jet housings and water jet intake tunnel to specification drawing criteria for the 45 RBM, IAW the attached Scope of Work. It is anticipated that a non-competitive sole source firm fixed price purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Rolls-Royce can service these parts to OEM standards. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, 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. This is an unrestricted acquisition, and 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. CLIN 0001: CONTRACTOR IS TO PROVIDE SERVICES PER THE SCOPE OF WORK QTY:1 JB Place of performance: USCG SFLC Boston ATTN: Justin Hugus 427 Commercial St. Boston MA. 02109 Period of performance/Delivery schedule: The performance period shall be complete by 05 April 2019 Evaluation: Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Offerors must have valid DUNS number and be registered in SAM.gov without any active exclusions, and shall provide the company DUNS and Tax Information Number (TIN) with their offer. Quotations received in response to this synopsis/solicitation shall be evaluated on lowest price technically acceptable 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 Please email quotes to Andrew Kropkowski at Andrew.D.Kropkowski2@uscg.mil Clauses and Provisions: The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct. 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2016); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); 52.222-50 Combating Trafficking in Persons.(Jan 2019); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); 52.225-5 Trade Agreements (Aug2018); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Aug 2018); 52.232-1 Payments. (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C.); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »