Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

J -- Marine Diesel Mechanics

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-04-Q-40009
 
Response Due
7/13/2004
 
Point of Contact
Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-636-7458, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
 
E-Mail Address
lmannion@elcbalt.uscg.mil, dmonk@elcbalt.uscg.mil
 
Description
This is a combined synopsis/solicitation to establish a one-year Requirements Contract for commercial services (Marine Diesel Mechanics/Lead Marine Diesel Mechanic) and is prepared in accordance with the format in FAR Subpart 12.6, 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 Request for Quotation Number is HSCG40-04-Q-40009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-23. The applicable North America Industry Classification System (NAICS) Code is 811111 and the business size standard is $6.0 Million. If a delivery order is issued under this contract for hours of Marine Diesel Mechanics/Lead Marine Diesel Mechanic services, the contractor shall supply the required job classifications within six (6) business days. Conduct of Performance: Each delivery order issued under this contract shall contain a work statement defining the location where work will be performed, a general description of the work to be performed, and the number of hours required for each labor category. The Lead Marine Diesel Mechanic shall report to the Coast Guard Technical Point of contact, as specified on the delivery order, at the beginning of each workday to report the accomplishments of the tasks completed the day before and for an inspection of the services that have been performed. At this time, any necessary redirection of the effort shall be communicated via verbal task order by the Coast Guard technical point of contact within the scope of the delivery order and within the hours authorized by the individual order. The Lead Marine Diesel Mechanic shall be responsible for the performance of the tasks under each order and shall be responsible for communicating and directing all effort under each order to the Marine Diesel Mechanics. Equipment Responsibility: The contractor shall be responsible for providing his/her own basic mechanics tools (SAE/metric), safety helmets, glasses, and shoes. The Coast Guard YARD will provide any specialized tools that may be necessary. Officials authorized to place delivery orders: U.S.C.G. Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, 2401 Hawkins Point Road, Baltimore, MD 21226. Statement of Work: The Contractor?s Marine Diesel Mechanics and Lead Marine Diesel Mechanic shall perform the following: 1) Troubleshoot, repair, overhaul, rebuild, alter, adjust, test, and install all types of gasoline and/or marine diesel combustion engines. 2) Certify acceptable performance of all conventional or modified marine diesel engines prior to them being installed in the vessel or placed in inventory. 3) Re-assemble and install accessory/auxiliary components. 4) Determine the extent of repairs required, materials, or parts needed and estimate time required to complete repairs. 5) Refer to blueprints, diagnostic data, and technical manuals when locating and correcting defects. 6) Follow clearance and adjustments specifications found in technical manuals, blueprints, schematics, and engineering change orders. All services shall be performed at the U.S. Coast Guard YARD. The contractor shall supply workers experienced and capable of working in a shipyard environment. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) and the following addenda: General Instructions: It is intended to award a one-year Requirements-Type Contract for the delivery of Marine Diesel Mechanics/Lead Marine Diesel Mechanic services to the United States Coast Guard YARD, Curtis Bay, Baltimore, MD. The services shall be issued via delivery orders and are in support of Shipyard availabilities. It is essential that the proper skill level of Marine Diesel Mechanics be supplied for each individual order placed under the resulting contract. Any delay to a shipyard availability due to inferior services would be costly to the Government and is a primary consideration in the award and continuation of any resulting award. The offeror(s) shall document their ability to supply Marine Diesel Mechanics/Lead Marine Diesel Mechanics in accordance with the Required Technical Qualifications set forth as follows: Required Technical Qualifications ? Marine Diesel Mechanics/Lead Marine Diesel Mechanic must have the skill and a thorough knowledge in installing, removing, operating and repairing a variety of conventional and modified marine diesel engines and accessory systems in order to troubleshoot, maintain, repair and/or test different types of diesel engines for marine type vessels. Marine Diesel Mechanics/Lead Marine Diesel Mechanic must have a thorough knowledge of repair methods, degrees of disassembly necessary and the extent of rework required before reassembly. Mechanics and Lead Mechanic must also have and apply skills using test equipment to locate and determine the cause of the defect, such as possible material failure and determine the repair needed, selecting appropriate troubleshooting techniques to identify engine malfunctions. Proposal Preparation Instructions: Technical Proposal: The offeror shall submit a technical proposal that documents the marine qualifications of the Marine Diesel Mechanics/Lead Marine Diesel Mechanics that they commit to supply under any resulting contract. A PROPOSAL THAT MERELY STATES THAT THE WORKERS WILL MEET ALL THE REQUIREMENTS OF THE SOLICITATION MAY BE DETERMINED TECHNICALLY UNACCEPTABLE. Any offer submitted shall include details of the types of experience, including marine experience, that will be supplied as Marine Diesel Mechanics/Lead Marine Diesel Mechanic. The proposal shall also include details that confirm that the offeror is capable of supplying, at a minimum one (1) and up to five (5) qualified Marine Diesel Mechanics with one (1) Lead Marine Diesel Mechanic within six (6) days of receipt of a delivery order. Past Performance: Offeror shall supply at least one (1) relevant marine recommendation for past performance evaluation purposes. Price Proposal: Offeror shall provide an hourly rate and overtime rate for the following labor categories: CLIN 0001 ? MARINE DIESEL MECHANIC and CLIN 0002 - LEAD MARINE DIESEL MECHANIC. These rates shall include all costs to perform the required services. The Government estimates that there will be a need for approximately 1,380 hours, inclusive of overtime, (1,200 hrs/Marine Diesel Mechanics, 180 hours Lead Marine Diesel Mechanics) of services required during the period of performance for this contract. Estimated overtime for Marine Diesel Mechanics is 200 hours and 30 hours for the Lead Mechanic. These are estimated hours only and are not a representation to an offeror or contractor that they will be required or ordered, or that conditions affecting requirements will be stable or normal. Conditions may change and there may be a need for significantly less or more hours. Proposed rates shall be fixed and shall remain fixed throughout the period of performance. Marine Diesel Mechanics/Lead Marine Diesel Mechanics shall be entered into the Coast Guard YARD?s Time & Attendance system. All services provided over eight (8) hours per day/forty (40) hours per week shall be considered overtime. On days of inclement weather, contractor shall call the Coast Guard Inclement Weather Hotline at (410) 636-7910, Option 1. If the recording announces that the U.S. Coast Guard YARD is closed, contractor shall NOT report to the YARD and WILL NOT be compensated for that day. In the event that the contractor reports to the YARD and is sent home (inclement weather, no work, etc.), contractor shall receive a minimum of two (2) hours compensation at the standard rate at which they are authorized under the agreement. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: Proposal Evaluation: The Government will evaluate all offers to be qualified for award as follows: If it is determined in the best interest of the Government, the Government reserves the right to make more than one award in response to this solicitation. The Government will review each proposal submitted in response to this solicitation and make award to the offeror who submits the best proposal for supplying personnel with the qualifications listed above. The Government will consider price as a factor in the evaluation, but the contractor?s technical qualifications and capability to provide a number of Marine Diesel Mechanics are more important. Past Performance information will also be considered but it is less important than price. Technical is more important than price and past performance combined. The experience will be evaluated for its relevancy and should be recent. Marine experience is required. Proposals not meeting this requirement may be determined unacceptable. The evaluated price will be obtained by multiplying the estimated number of hours times the relevant labor category rate. The two labor category totals will then be added together to achieve a final price for evaluation purposes. The overtime rates will be multiplied by 200 for Marine Diesel Mechanics and 30 for the Lead Marine Diesel Mechanic. The totals for those two categories will then be added to the total for the straight time rate to achieve a final evaluated price. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror?s understanding of the work and ability to perform the contract. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all or none basis. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) to include alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms: The Government's normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. Submission of invoices may occur no more often than "weekly"; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995) Minimum Order: Less than eight (8) hours/Maximum order: Single Item in excess of 1,000 hours, Combination of Items in excess of 1,000 hours; FAR 52.216-21 Requirements (Oct 1995) Note: The U.S. Coast Guard reserves the right to use other means outside of this contract, including our own workforce, to accomplish the required services if our response and/or workforce requirements cannot be met.; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.223-90 Accident and Fire Reporting; HSAR 3052.242-71 Dissemination of Contract Information; HSAR 3042.242-72 Contracting Officer?s Technical Representative (Dec 2003), FAR 52.212-5; Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Jun 2004), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351), Note: Equivalent Rates for service employees are Marine Diesel Mechanic - $17.31 and Lead Marine Diesel Mechanic - $20.50, and FAR 52.222-44 Fair Labor Standards Act and Service contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351). Department of Labor Wage Determination No. 94-2247, REV 25 applies to this requirement and may be located at http://servicecontract.fedworld.gov. HSAR 302.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, all information specified in Proposal Preparation Instructions, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (May 2004). Copies may be obtained by calling the Agency. The closing date and time for receipt of offers is 13 July 2004, 4:00 PM, Eastern Time. E-Mail quotes are acceptable and may be sent to lmannion@elcbalt.uscg.mil. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov
 
Place of Performance
Address: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, Maryland
Zip Code: 21226
Country: U.S.
 
Record
SN00611698-W 20040701/040629211539 (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.