OCEANOGRAPHIC SPOOLER FOR USCGC HEALY
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this no... (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 70Z04019Q61036Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. (iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: ITEM 1: OCEANOGRAPHIC SPOOLER QTY: 1 UNIT PRICE: ________________ TOTAL: ___________________ REQUIRED DELIVERY DATE: 01/05/2020 PROMISED DELIVERY DATE:______________________ 1.0 SCOPE This specification describes the requirements for the procurement of one (1) new Oceanographic Spooler for USCGC Healy (WAGB-20). This specification DOES NOT include installation of the equipment by the Vendor, but DOES include limited technical support by the Vendor to the United States Coast Guard (USCG) to ensure that the equipment is installed and functions correctly. Component, documentation, and technical support items covered under this Procurement Specification are as follows: • Oceanographic Spooler is defined as an assembled spooler, power unit, controls, and mounting base. • The Vendor shall supply Provisioning Technical Data (PTD), Attachment 1, with their proposal response that includes certified technical manuals, and drawings to provide the United States Coast Guard (USCG) with sufficient information to produce Cutter specific installation drawings. • The Vendor shall supply Engineering Data for Provisioning (EDFP), Attachment 2, on the system and components concurrent with the delivery of the equipment to allow the USCG to produce maintenance procedure cards (MPCs) and other logistical support documentation. • The Vendor shall provide maintenance parts lists and a recommended onboard repair parts (OBRP) list for all components. 2.0 APPLICABLE DOCUMENTS The following documents form a part of this Specification to the extent specified herein. The documents listed are by title and effective date, unless otherwise documented. Commercial documents may be listed in the Department of Defense Index of Specifications and Standards (DODISS). To obtain the referenced documents, see Section 6.1. 2.1 Government Documents 2.1.1 Standards, Military a. MIL-STD-167-1A, Mechanical Vibrations of Shipboard Equipment (Type I -Environmental and Type II - Internally Excited), 2005. b. MIL-STD-1399C Section 300A, Interface Standard for Shipboard systems, Electric Power, Alternating Current, 1988. 2.1.2 Specifications, Military a. MIL-DTL-24643C, Cables, Electrical, Low Smoke Halogen-Free, For Shipboard Use General Specification, 2009. 2.2 Other Government Documents 2.2.1 Code of Federal Regulations (CFR) a. Title 46, Subpart J (2012), Electrical Engineering 2.2.2 USCG Surface Forces Logistics Center (SFLC) Documents a. D-084-0481 Rev A, Preservation, Packaging, and Marking b. D-086-0508, 2008, Technical Documentation Specifications c. Coast Guard Commandant Instruction (COMDTINST) M9085.1 (Series), Naval Engineering Computer Aided Design Standards. d. Coast Guard Commandant Instruction (COMDTINST) M10360.3 (Series), Coatings and Color Manual. e. Attachment 1 - Provisioning Technical Documentation (PTD) f. Attachment 2 - Engineering Data for Provisioning (EDFP) 2.3 Commercial Documents 2.3.1 American Society for Quality Control (ASQC) a. ANSI/ASQC 9001-2008, Quality Management Systems - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing Requirements. 2.3.2 American Society for Quality (ASQ) a. ANSI/ASQC Q9003 Quality Systems - Model for Quality Assurance in Final Inspection and Test 2.3.3 Institute of Electrical and Electronic Engineers (IEEE) a. IEEE Standard 45, Recommended Practice and Electrical Installation on Shipboard, 2002. 2.3.4 National Conference of Standards Laboratories (NCSL) a. ANSI/NCSL Z540.3-2006, Requirements for the Calibration of Measuring and Test Equipment 2.3.5 National Electrical Manufacturers Association (NEMA) a. NEMA Std MG-1, Motors and Generators. b. NEMA 250-2008, Enclosures for Electrical Equipment c. NEMA Standard ICS-1- Industrial Control and Systems (series), 2003 2.3.6 Society of Naval Architects and Marine Engineers (SNAME) a. T&R Bulletin 3-39, Guide for Shop and Installation Tests 2.4 Order of Precedence In the event of a conflict between the text of this Specification and the references cited herein, this Specification takes precedence. The Vendor must notify the Contracting Officer (KO) in writing for a resolution of any ambiguity or conflict found in these Specifications prior to proceeding with any work. 3.0 REQUIREMENTS The Vendor must provide all labor and material to provide one (1) new Oceanographic Spooler for installation on USCGC Healy (WAGB-20). The US Coast Guard will install the new spooler. Any materials, components, and labor sub-contracted in meeting the requirements herein are the responsibility of the Vendor. 3.1 Performance and General Requirements 3.1.1 Operational Requirements a. All equipment furnished shall be suitable for use outdoors and above decks in a marine environment. b. The equipment shall be capable of continuous operation in an environment with ambient air temperature ranging from -20°F to 125°F and with relative humidity from 0% to 95% inclusive. c. Dynamic Operating Conditions - A ship roll of 90 degrees (double amplitude) in 9.5 seconds, a pitch of 6 degrees (double amplitude) in 6 seconds and a heave of 4 feet (double amplitude) in 11 seconds. d. Static Conditions - A 15-degree list (either side) and a 5-degree trim (by bow or stern). 3.1.2 Cleanliness After completion of factory testing and in preparation for preservation and shipping, all components, internal piping, and fluid connection points shall be cleaned, sealed and protected from entry of dirt and moisture. 3.1.3 Identification and Labeling A corrosion resistant metal label plate shall be permanently affixed to the spooler. The label plate shall be engraved with the following information as a minimum: 3.1.3.1 Spooler Characteristics: a. Manufacturer's Name b. Manufacturer's Model No. c. Manufacturer's Serial No. d. Max Load at Drum Core e. Max Load on Full Drum f. Drum Speed (rpm) g. Power Requirement (Volt/Amp) h. Unit Weight i. Deck Attachment Torque Spec. 3.1.4 Resistance to Marine Environment Any portion of the system that requires painting shall be preserved per SFLC Standard Specification 6310, Coatings and Color Manual unless the original vendor coating treatment is specifically accepted by the Contracting Officer in advance. 3.1.5 Electrical Requirements All electrical equipment and wiring shall comply with IEEE Standard 45 and 46 CFR Subchapter J - Electrical Engineering. Only low-smoke cabling meeting MIL-DTL-24643C shall be used. Motors shall be equipped with TEFC enclosures and comply with NEMA Standard MG-1. They shall be rated for continuous duty in a marine environment, and sized to prevent overload in any operating condition that falls within the rated capabilities of the unit. Motor controllers shall meet NEMA Standard ICS-1. Electrical enclosures shall meet NEMA 250 Type 4X. 3.1.6 Interfaces Equipment shall be compatible with all shipboard interfaces in accordance with MIL-STD-1399. Specific system interfaces will be defined in Section 3.2 of this specification. 3.1.7 Vibration Tolerance Equipment shall be able to withstand all environmental and internally excited (Type I and Type II) vibration as defined in MIL-STD-167-1A without damage, loosening of fasteners or parts, or loss of electrical integrity. 3.2 Specific Requirements 3.2.1 Oceanographic Spooler a. Installation type: Removable (Unit shall be self-contained, including HPU and all controls). b. Rating: 7,000 lb line pull at drum core / 3,500 lb line pull on full drum. c. Speed: 10 m/min at drum core / 20 m/min at 48" of wrap; free spool on payout. d. Duty Cycle: Continuous / 8 hr run time. e. Fleet angle: ± 30° Vertical, ± 8° Horizontal. f. Drum Orientation: Horizontal, top feed. g. Drum Width: 45" h. Drum Diameter: 24" i. Drum Flange Diameter: 60" j. Drum Surface: Flat. k. Mounting: Shall be able to be bolted to the existing deck sockets, w/ 24" grid bolt spacing, and 1"-8 UNC bolting. Feet shall be flexible and adjustable to account for deck sheer and camber. Bolt holes shall be slotted allow horizontal adjustment of 3", both transverse and longitudinal. 3" (min) D-ring mounting points shall be provided for use with chain gripes. l. Maximum Empty Weight: 7,000 lb. m. Power: 230/460VAC, 3 phase, 60 Hz, max 60 A, IP 68 plug meeting IEC 60309-1. n. Hydraulic Fluid: ISO 46 o. Low temperature service: Unit shall have a hydraulic tank heater for use in -20°F ambient temperatures. p. Control: Remote pendant, with backup skid-mounted controls. q. Safety Factor: 5:1 on safe working load of 7,000 lb. r. Safety Equipment: Unit shall be fitted snapback protection appropriate for 7,000 lb SWL. s. Lifting: Unit shall be fitted with integral 3" diameter (min) lifting eyes, and be sufficiently balanced for lifting with a single point hook. t. Dimensions: • Overall Length: 130" • Width: 95" • Height: 100" u. Construction: • Frame: Stainless Steel, AISI 316. • Drum: Carbon Steel. • Hardware: Stainless Steel, AISI 316. v. Maintenance: Unit shall require minimal maintenance by ship's force, i.e. greasing and minor repairs performed with provided spares. Interval for major maintenance operations shall be such that they can be performed during depot maintenance availability. 3.3 Deviation from Specification Departure from the specifications will not be allowed unless some benefit to the Government results. a. If the Vendor finds it necessary to change or depart from any of the applicable requirements, it must request permission to do so from the Contracting Officer (KO) at the earliest possible time. b. Requests by the Vendor for changes shall clearly describe the changes proposed, the reason for, and the advantages to the Government of the changes proposed. In addition, a detailed list of additional costs or savings (if any) that would result, shall also be included. c. If the proposed change involves the substitution of another material or method for one specifically required, the Vendor shall submit the complete Specification(s) covering the requested method or material. 3.4 Design Improvement Proposals submitted for design improvements to equipment or process that simplify or improve reliability and or maintainability, and or to improve performance, are encouraged. Such proposals may be submitted at any time during the contract using the Specification departure procedures as outlined herein. 3.5 Technical Documentation Content for technical documentation (technical publications and drawings) to be provided by the Vendor shall be as defined herein and as defined in SFLC D-086-0508. The Vendor shall provide data rights documentation that allows publication on the Coast Guard Intranet and distribution to the Fleet. Quantities shall be provided as specified herein. Additional requirements for the content of technical documentation shall be as identified in Engineering Data for Provisioning (EDFP). 3.5.1 Technical Publication a. The Vendor shall develop and provide a Technical Publication for the installation, operation and maintenance of the new components and system. b. Draft Deliverable - One (1) paper and one (1) electronic draft copy of the Technical Publication shall be submitted for review and approval. Comments will be returned along with the assignment of a Coast Guard Document number. c. Final Deliverable - One (1) paper (per ship set) and one (1) electronic copy of the Coast Guard approved Technical Publication shall be provided to the Coast Guard Contracting Officer or his/her representative. Electronic files include any source files used to produce the Technical Publication. 3.5.2 Drawings a. The Vendor shall develop and provide spooler assembly drawings in AutoCADtm version 2009 in accordance with COMDTINST M9085.1 (Series) "Naval Engineering Computer Aided Design Standards." Standard Coast Guard drawing border templates are available upon request via the Coast Guard Contracting Officer or his/her representative. b. Draft Deliverable - One (1) paper and one (1) electronic copy of preliminary Drawings shall be submitted for review and approval. Comments will be returned. c. Final Deliverables - One (1) paper (per ship set) and one (1) electronic copy of Coast Guard approved Drawings shall be provided to the Coast Guard Contracting Officer or his/her representative. Electronic files include any source files used to produce the Drawings. 3.6 Integrated Logistics Support The Vendor shall provide the following logistical support and information for the spooler. Revised documentation in response to the Government's initial review shall be deliverable prior to any subsequent deliveries. Modifications made to the equipment provided during the term of the contract must be accompanied by updates of all the following that relate to those changes. 3.6.1 Engineering Data for Provision (EDFP) The Vendor shall provide Engineering Data for Provisioning (EDFP) in accordance with Attachment 2, and shall include a parts list containing all of the installed parts, the Original Equipment Manufacturer (OEM), OEM part or assembly numbers, the OEM's name and address, the OEM's cage code, quantity used in each piece of equipment, all keyed to the provided drawings or data sheets. All spare parts necessary for overhaul of a unit shall be identified in the printed technical documents. 3.6.2 Recommended Spare Parts List The Vendor shall provide with the EDFP/PTD a recommended spare parts list for onboard repair parts (OBRP) and stock system parts. The spare parts list shall list applicable manufacturer's maintenance tasks for each line item (both preventive and corrective). a. Onboard spare parts - Onboard spare parts are items that unit personnel can replace without additional special tools or technical support. b. System Stock - System stock shall be the long lead-time materials (materials with lead times over 45 days) and manufacturer designated critical items. The stock system parts list shall include the OEM part number, CAGE Code, Part description, National Stock Numbers for parts already identified in the Federal Stock System, shelf life, special material/operation requirements, quantity. The government reserves the right to order part quantities less or greater than the vendor parts list. 3.6.3 OEM Maintenance Requirements The Vendor shall provide with the EDFP/PTD a detailed description of OEM maintenance requirements to include: a. Maintenance Procedure Title b. Maintenance Procedure Interval c. Maintenance Procedure Description d. Maintenance Procedure Sequenced Tasks e. Associated Parts Name f. Associated Parts Part Number g. Associated Parts Unit of Issue h. Associated Parts Shelf Life i. Associated Parts Unit Price j. Special Tools and Equipment Nomenclature k. Special Tools and Equipment and Part Number 3.7 Technical Support 3.7.1 Technical Representative The Vendor shall have a technical representative available for response to questions by telephone within 24 hours of being contacted by the KO or by the KO's Technical Representative for a period of 1 year. 3.7.2 Technical Representative Qualifications Representatives provided under this contract shall be regularly in the business of providing technical support services to spooler users and operators. The Vendor shall warrant and certify that all technical Representatives are fully qualified and have experience working on this or similar type of spooler. 3.8 Tests, Inspections, and Report The Coast Guard reserves the right to witness any or all of tests performed. The Vendor shall retain records of all tests and submit them to the Contracting Officers Representative (COR). The performance of tests and the preparation of reports shall follow as applicable the guidance of SNAME T&R Bulletin 3-39, Guide for Shop and Installation Tests. A report on the following tests shall be submitted which shall include description of test setup and procedure, photographs, logs of times for start and finish and any measurements taken during the test. a. The spooler shall be subjected to a static load test of 150 percent of rated load. It must hold the load for a period of 10 minutes without creep or distortion. b. Verify that the spooler can meet design requirements at all settings using either the pendant or the local controls. c. The spooler shall be run without load at rated speed for a period of 1/2 hour in each direction. No abnormal heat, wear, or noise should be detected. Fluid temperature shall not exceed 180°F as measured at the outlet flange of the pump, with a minimum starting temperature of 100°F. d. The spooler shall be run at rated load and rated speed for a period of 1/2 hour in each direction. No abnormal heat, wear, or noise should be detected. Fluid temperature shall not exceed 180°F as measured at the outlet flange of the pump, with a minimum starting temperature of 100°F. e. The spooler shall be tested at 125% of working load for a period of 10 minutes in either direction to verify that it can handle an overload. For this test, there is no requirement for maintaining rated speed. f. The spooler shall be subjected to a static test by placing a loop of line over the drum such that it is loaded without rotation at 90 degrees to the axis of the drum. Using the drum as a bitt, a load equal to 200 percent of the rated load shall be applied. After the load is held for 10 minutes, the unit shall be free of distortion or other damage. 3.9 Workmanship g. All workmanship, materials, and components must be of the highest quality in every respect and of new manufacture and in full conformance with this Specification and associated drawings and documents. h. All materials and components must be of first quality in every respect and of new manufacture. No used materials or components will be permitted. i. Welded parts shall be free of weld splatter, porosity, undercuts and other defects. j. Work on all critical and or load-bearing parts shall only be performed by properly certified craftsmen. Certificates shall be made available upon request. k. All parts shall be free of burrs and sharp or ragged edges. 3.10 Notifications and Inspections The vendor shall notify the Contracting Officer (KO) in writing at least fourteen (14) calendar days prior to the performance of any inspections or testing that will require Government attendance. 3.11 Provisioning Quality Control The Vendor is responsible for the completeness and accuracy of all items provided under this Contract. The Government reserves the right to implement provisioning quality control which may include, but not be limited to: a. Selective review of Vendor purchase orders and quotations to assure compliance with provisioning procedures. b. Physical validation of installed component's and equipment's nameplate characteristics data against Vendor purchase orders, EDFP, construction or equipment drawings, labels and markings of equipment or component validated. 4.0 QUALITY ASSURANCE 4.1 General The Vendor must maintain an inspection system which must insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system must be documented and available for review by the Coast Guard. 4.2 Records The Vendor must maintain records of all tests and inspections. The records as a minimum must indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective action taken. The Vendor must provide the CG Quality Assurance Inspector with completed copies of the certification testing results upon completion of testing. A copy of the test certification, including any tests by outside vendors or tests of subcontracted materials, must be provided to the Contracting Officer Representative (COR) and the quality assurance inspector when issued. 4.3 Calibration System The Vendor must maintain a test equipment calibration program in compliance with ANSI/NCSL Z540.3-2006. The program must be documented and traceable to the National Institute of Standards and Technology (NIST). 4.4 Quality Assurance Plan The Vendor must maintain a Quality Assurance Plan in accordance with ANSI/ASQC Q9001-2008 which must insure that each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system must be documented and available for review by the Contracting Officer/Quality Assurance Representative. 4.5 Tests and Inspections The tests and inspections as defined herein are the minimum required and are not intended to supplant any controls, examination, inspections or tests normally employed by the Vendor to assure the quality of the item in question. 4.6 Responsibility for Tests and Inspections The Vendor is responsible for the performance of all test and inspection requirements as specified herein. The Vendor must provide space, personnel, and test equipment for the conduct of all inspection requirements. All testing and inspections must be performed at the Vendor's plant or at other facilities acceptable to the Coast Guard. The Vendor must notify the Contracting Officer in writing at least fourteen (14) calendar days prior to the performance of any inspections or testing. The Coast Guard reserves the rights to verify or have performed any of the inspections that are deemed necessary to assure that supplies and services conform to the prescribed requirements. 4.7 Responsibility for Compliance The tests and inspections identified herein must become part of the Vendor's overall inspection system or quality program. The absence of any test or inspection requirement in the Specification will not relieve the Vendor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. Sampling for quality conformance does not authorize submission of known defective material (either indicated or actual) nor does it commit the Government to acceptance of defective material. 4.8 Failure Responsibility 4.8.1 Test Failure If the specified item fails to pass any inspection/test the Vendor must provide a Corrective Action Report (CAR) to document the failure and the recommended fix to the Contracting Officer. If approved, the corrective action on the materials or processes must be taken in accordance with this Section. 4.8.2 Corrective Action Remedies a. The Contracting Officer (KO) reserves the right to totally reject any failed item without considering any suggested corrective action remedy. b. The inspection/test must be discontinued until all corrective action has been taken. c. After all corrective actions have been taken the inspection/test must be continued or repeated at the option of the Contracting Officer. d. Acceptance must be withheld until re-inspection has been shown that the corrective action was successful and the item satisfactorily passes all inspections and tests. e. All corrective actions must be documented as part of the Vendor's inspection system and submitted for approval to the Contracting Officer. f. Each CAR must include, but not be limited, to the cause of each defect, corrective action suggested, and the steps taken to prevent a recurrence of each defect. 4.9 Test and Inspection Reports One (1) electronic copy of any required test, inspection, or tolerance check must be sent to the Contracting Officers Representative. A copy of any test, inspection or tolerance report must be turned over to the Quality Assurance Representative upon arrival at the Vendor's plant. 5.0 PRESERVATION, PACKING, AND MARKING a. After completion of testing and in preparation for preservation and shipping, all equipment unit internal piping, and fluid connection points must be cleaned, sealed and protected from entry of dirt and moisture. b. The Vendor must prepare a Preservation, Packaging and Marking Plan in accordance with Section 4 of SFLC-D-084-0481, Equipment Unit Preservation, Packing and Marking. The plan must be provided to the COR and discussed prior to the preservation, packaging and marking of the first delivery. The plan must describe the proposed preservation and packaging methods for the equipment unit and spare parts. The plan must identify all proposed markings of the packages. c. The equipment unit and parts must be preserved, packaged and marked for shipping in accordance with sections 3.3-3.4 of SFLC-D-084-0481. The equipment unit and parts must be packaged suitable for shipment, temporary storage uncovered in the weather and then reshipment by the Government (within CONUS) to the installing activity. d. The COR reserves the right to inspect or review the preservation, packaging and marking of all units, associated components, and parts, prior to release for shipment. **FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION.** QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: CHAD YEARWOOD at CHAD.A.YEARWOOD@USCG.MIL OR MARK SOLOMON at MARK.K.SOLOMON@USCG.MIL (vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 Receiving Rm., Baltimore, MD 21226. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM EST. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. 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. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. (vii) FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). - This is a commercial services acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, delivery date and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate offers based on delivery date and lowest technically acceptable price. (viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. (ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL . (x) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (MAR 2016) (xi) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). (xii) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 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 http://farsite.hill.af.mil/. Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS JAN 2017 52.212-2 EVALUATION - COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS NOV 2017 52.212-4 CONTRACT TERMS AND CONDITIONS JAN 2017 52.247-34 F.O.B. DESTINATION NOV 1991 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (Jul 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Re...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »