Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

L -- Field Service Technician for Polar Sea main Propulsion Motor Cleaning and Repair on-Site Inspection

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-04-Q-625574
 
Response Due
3/29/2004
 
Archive Date
9/30/2004
 
Point of Contact
Glenna Wing, Contracting Officer, Phone (206) 217-6942, Fax (206) 217-6976, - Linda Cho, Contract Section Supervisor, Phone 510-437-3393, Fax 510-437-3392,
 
E-Mail Address
gwing@pacnorwest.uscg.mil, lcho@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT FOR SOLE-SOURCE CONTRACT TO CADICK CORPORATION: The United States Coast Guard (USCG) intends to award a sole source contract to Cadick Corporation of Garland, TX for a field service technician to perform primary inspector services for CGC Polar Sea Main Propulsion Motor Cleaning and Repair on-Site Inspection. The inspector provided must have extensive experience of, and familiarity with, the unique technical details of the Polar Class main propulsion motors, be familiar with the propulsion spaces on Polar Class cutters including rigging and load path arrangements for this type of engine work. They must also have had past experience with the Coast Guard as an inspector witnessing the cleaning and repair of these specific type of motors. A minimum of 15 years of experience working on repair and overhaul of DC propulsion motors, with at least 6 years experience specific to the Polar Class cutter motors. Other potential sources having the expertise required to perform these duties may identify their interests and capabilities. The Coast Guard will require proof of the minimum experience identified above. SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is DTCG85-04-Q-625574, which is a request for Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 4001-20. This is a small business set aside the NAICS code is 549990 and small business size standard is $4M. The period of performance for this contract is 1 April 2004 through 1 November 2004, place of performance will be at Todd Pacific Shipyards in Seattle, WA. This contract has the following contract line item numbers (CLINs): CLIN 0001, On Site Daily rate (up to 12 hours per day) Est Qty 95 days, unit of issue day (DY); CLIN 0002, Off Site and Overtime Hourly rate, Est Qty 75 hours, unit of issue hour (HR); CLIN 0003 Travel, to be reimbursed in accordance with PAYMENT OF TRAVEL AND PER DIEM COSTS. Quotations submitted in response to this solicitation must include: (1) CLIN number, (2) item name, (3) unit of issue, (4) unit price and (5) extended price for each CLIN. Also required is (6) taxpayer identification and Dun & Bradstreet (DUNS) number; (7) Contractors full name, address, and telephone number. Quotations should be written and submitted in a legible format. ALL QUOTATIONS MUST BE RECEIVED NOT LATER THAN MARCH 29, 2004, 2:00 PACIFIC STANDARD TIME. Quotations received after that date will not be considered. Electronic offers submitted via FAX to 206-217-6942 Attn: Glenna Wing or by email to gwing@pacnorwest.uscg.mil; with a copy to lcho@d11.uscg.mil are acceptable and strongly encouraged. Perform the following STATEMENT OF WORK: TASK OBJECTIVE: The intent of this tasking is to act as the Coast Guard?s (CG) primary inspector by providing continuous on site presence during the disassembly, inspection, testing, cleaning, repair, reassembly and acceptance testing of all three propulsion motors onboard the CGC Polar Sea. PERIOD & PLACE OF PERFORMANCE: 01 April 2004 to 01 November 2004 in Seattle, WA. Background Information: CGC Polar Sea experienced significant problems with their Main Propulsion Motors (MMs) during Operation Deep Freeze 2004; as a result the #2 and #3 MMs were restricted to emergency use only. A limited shore side inspection was conducted by CG and commercial technical experts in Adelaide, AU which found seriously low resistance to ground readings, indications of irregular commutation and excessive amounts of dirt, oil, carbon dust, etc. that significantly compromised continued safe operation. As a result, all three MMs will undergo major repairs and a complete cleaning during the ship?s dockside repair availability at Todd Pacific Shipyards in Seattle, WA. The depth and breadth of the repairs and cleaning have not been attempted before on these machines. WORK STATEMENT: 1. Working closely with the ship?s Engineer Officer (EO) and the NESU Port Engineer (PE), fill the role as the CG?s primary inspector during the inspection, repairs, cleaning and acceptance testing of the MMs. Efforts include, but are not limited to: 2. Continuous on site presence to observe the disassembly, inspection, in place testing of all MMs. 3. Intermittent presence during the cleaning and drying of the main motors (approximately 2 days per week on site for the duration of the cleaning and drying which is expected to last 5 months) 4. Travel to off site repair facilities to observe and inspect components removed from the ship. 5. Inspection of Government furnished Equipment (GFE) to assess condition prior to turning over to the Contractor. 6. Act as a CG technical agent during all CG and Contractor meetings involving the MMs. 7. Review and comment for technical content Specifications for Repair, Condition Found Reports, Work Requests, contractor proposals and other technical reports. 8. Recommend the acceptance or rejection of work to the EO and NESU PE. 9. Acting as the CG?s inspector, you are NOT permitted to do the following: a. Direct the Contractor to accomplish any new work not within the bounds of an existing specification or work request. b. Redirect Contractor work that is not within the bounds of an existing specification or work request. c. Accept or reject work on behalf of the CG. d. Stop work unless there is an immediate safety concern for life, limb or property. e. If any of the above situations occur, immediately contact the EO and/or NESU PE. PAYMENT OF TRAVEL AND PER DIEM COSTS (a) TRAVEL COSTS: Except as otherwise provided herein, the Contractor shall be reimbursed for travel costs (as defined in Federal Travel Regulations (41 CFR 301-304) on the basis of actual costs incurred subject to the following: (1) All travel, whether it be within the Continental United States or outside the Continental United States, shall be accomplished by commercial carrier, privately owned automobile or auto rental and the cost paid by the Contractor. If such commercial transportation is not readily available, transportation will be furnished by the Government, when requested, by means of Government aircraft, vessel or vehicle. In the event the Government agency furnishing such transportation requires payment therefore, the Contractor shall pay the cost thereof and be reimbursed pursuant to the terms of this Section. The Government will reimburse the Contractor for domestic transportation on the basis of actual cost if by commercial or Government carrier, and at the per-mile rate specified in the Federal Travel Regulation, plus road and bridge tolls. (2) The travel reimbursable herein includes only that travel (commercial carrier, or private automobile or auto rental) performed from the Contractor's plant to the site of work, between the sites of work, and from the site of work to the Contractor's plant. Travel at U.S. Military Installation where Government transportation is available; travel performed for personal convenience, including daily travel to and from work; will not be reimbursed hereunder. Travel costs incurred in the replacement of personnel will not be reimbursed by the Government to the Contractor when such replacement is accomplished at the contractor's or employee's convenience. (3) Relocation costs and travel costs incident to relocation are not allowable and will not be reimbursed hereunder. (b) PER DIEM: The Contractor will be reimbursed for the expense of meals; lodging; transportation between places of lodging or business and places where meals are taken and any other miscellaneous travel and living expense incurred in the performance of this contract at the per diem rate in effect at the time travel is conducted. Per diem shall be payable only when the contractor employee is in an authorized travel status. The per diem rate shall be established in accordance with the Department of Transportation Travel Regulation or a set rate agreed upon by the parties, however, such a set rate shall not exceed the maximum amount permitted by the Federal Travel Regulations. 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 Offeror-Commercial Items (JAN 2004). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2003) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2004). The following clauses listed in 52.212-5 are incorporated: FAR 52.219-6, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. OMBUDSMAN NOTICE ? NOTICE FOR FILING AGENCY PROTESTS - It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard 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 Coast Guard 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 at FAR 33.103(d)(2). 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 forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to inane accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: ISC Seattle and Todd Pacific Shipyard in Seattle, WA
Zip Code: 98134
 
Record
SN00550274-W 20040321/040319211537 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.