The RFP Database
New business relationships start here

MTU CERTIFIED TECHNICIANS TO REPAIR NR1 MDE FUEL INJECTION SYSTEM


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation 70Z080-19-Q-P45L8000 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), 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 336611. The small business size standard is 1250. This is total small business set-a-side. 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.

THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER  
REQUIREMENT IS FOR A, MOTOREN-UND TURBINEN-UNION (MTU) CERTIFIED TECHNICIANS TO REPAIR NR1 MDE FUEL INJECTION SYSTEM ONLY, NO EQUIVALENT OR SUBSTITUTE CERTIFIED TECHNICIANS WILL BE ACCEPTEDA. REQUIREMENT:


The contractor shall provide the following:


THIS REQUIREMENT IS FOR A, MOTOREN-UND TURBINEN-UNION (MTU) CERTIFIED TECHNICIANS TO REPAIR NR1 MDE FUEL INJECTION SYSTEM ONLY, NO EQUIVALENT OR SUBSTITUTE CERTIFIED TECHNICIANS WILL BE ACCEPTED:


1. At least one technician on site shall be QL3 certified on MTU4000 series engines, shall possess a 1B dongle certification on ECU-7 series governor, and the Contractor shall have 20V4000M93L engine prior maintenance experience.


2. PERFORMANCE LOCATION:


COMMANDING OFFICER
USCGC JOSEPH NAPIER (W[C 1115)
5 Callela Puntilla
San Juan, PR 00901


3. PERIOD OF PERFORMANCE:
July 23 - 28, 2019


B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:


Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.


1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov


The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.


Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.


Quotes must be received no later than 22 July 2019 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil.


Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky M. Meyer via email Becky.M.Meyer@uscg.mil and telephone (757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil.


PROVISIONS / CLAUSES:


The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference:


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Aug 2018)


FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2018) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov.


FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's.


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018)


FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016).


Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.


The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.


FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)


*The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar.


NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:


This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
This is a combined synopsis/solicitation 70Z080-19-Q-P45L8000 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), 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 333618. The small business size standard is 1500. This is total small business set-a-side. 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.


THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING BRAND NAME ONLY: MANUFACTURER: Motoren-und Turbinen-Union (MTU) - NO EQUAL OR ALTERNATE PARTS WILL BE ACCEPTED.


A. REQUIREMENT:


The contractor shall provide the following:


THIS REQUIREMENT IS FOR A, MOTOREN-UND TURBINEN-UNION (MTU) CERTIFIED TECHNICIANS TO REPAIR NR1 MDE FUEL INJECTION SYSTEM ONLY, NO EQUIVALENT OR SUBSTITUTE CERTIFIED TECHNICIANS WILL BE ACCEPTED:


1. At least one technician on site shall be QL3 certified on MTU4000 series engines, shall possess a 1B dongle certification on ECU-7 series governor, and the Contractor shall have 20V4000M93L engine prior maintenance experience.


2. PERFORMANCE LOCATION:


COMMANDING OFFICER
USCGC JOSEPH NAPIER (W[C 1115)
5 Callela Puntilla
San Juan, PR 00901


3. PERIOD OF PERFORMANCE:
July 23 - 28, 2019


4. POINT OF CONTACT:
MKC Alex Colon
Jose Ortiz
(202) 475-3126



B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:


Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.


1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov


The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.


Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.


Quotes must be received no later than 22 July 2019 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil.


Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky M. Meyer via email Becky.M.Meyer@uscg.mil and telephone
(757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil.


PROVISIONS / CLAUSES:


The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference:


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Aug 2018)


FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2018) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov.


FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's.


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018)


FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016).


Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.


The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.


FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)


*The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar.


NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:


This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.


 


Becky Meyer, Storekeeper SKC , Phone 7576284642, Email Becky.M.Meyer@USCG.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP