Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
MODIFICATION

20 -- Inverter Engineering Upgrade Kit (IEUK) Installation on the USCG 47' Motor Life Boats

Notice Date
8/4/2004
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, MLB Project Resident Office (G-ACS), c/o TM&LS Shipyard Operations 19401 Chef Menteur Highway PRO NEW ORLEANS, New Orleans, LA, 70129-9602
 
ZIP Code
70129-9602
 
Solicitation Number
HSCG23-04-R-AMB065
 
Response Due
7/29/2004
 
Archive Date
8/13/2004
 
Point of Contact
Bonnie Mooney, Contract Administrator, Phone (504) 253-6161, Fax (504) 253-6164,
 
E-Mail Address
bmooney@proneworleans.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. This solicitation, HSCG23-04-R-AMB065, is issued as a Request for Proposal and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-24. This acquisition is 100% small business set-aside. The NAICS Code is 336611 and the small business size standard is 1,000 employees. The contract type will be a firm fixed price contract. The Government proposes to solicit offers for the following services and quantities: SCHEDULE OF SUPPLIES/SERVICES (PRICE EACH BOAT): NMLBS Facility--Ilwaco, WA 15 Boats; Umpqua River Facility-- Winchester Bay, OR 12 Boats; CALIFORNIA Sta Humboldt Bay--Samoa, CA 2 Boats; Sta Noyo River--Fort Bragg, CA 2 Boats; Sta Bodega Bay--Bodega Bay, CA 2 Boats; Sta Golden Gate--Sausalito, CA 2 Boats; Sta Monterey--Monterey, CA 2 Boats; Sta Morro Bay--Morro Bay, CA 2 Boats; Sta Channel Island--Oxnard, CA 1 Boat; OPTION ONE: ALASKA Sta Juneau--Juneau, AK 1 Boat; Sta Ketchikan--Ketchikan, AK 1 Boat; OPTION TWO: HAWAII Sta Honolulu--Honolulu, HI 1 Boat. PERFORMANCE WORK STATEMENT The purpose of the performance work statement (PWS) is to obtain Contractor technical support services for the installation of the Inverter Engineering Upgrade Kit aboard United States Coast Motor Life Boats (47’ MLB). The installation consists of equipment verification, modifying existing equipment, preparation and installation of the IEUK, troubleshooting, training and collateral modifications as required. THE ENTIRE PWS IS AVAILABLE UPON REQUEST TO THE CONTRACTING OFFICER AT EMAIL BMOONEY@PRONEWORLEANS.USCG.MIL. This contract is performance based. PLACE OF PERFORMANCE Work will be performed at the following Coast Guard facilities: NMLBS Facility--Ilwaco, WA (15 boats); Umpqua River Facility--Winchester Bay, OR (12 boats); Individual Unit Facilities for CALIFORNIA: Sta Humboldt Bay--Samoa, CA (2 Boats); Sta Noyo River--Fort Bragg, CA (2 Boats); Sta Bodega Bay--Bodega Bay, CA (2 Boats); Sta Golden Gate--Sausalito, CA (2 Boats); Sta Monterey--Monterey, CA (2 Boats); Sta Morro Bay--Morro Bay, CA (2 Boats); Sta Channel Island--Oxnard, CA (1 Boat); Individual Unit Facilities outside CONUS: Sta Juneau--Juneau, AK (1 Boat); Sta Ketchikan--Ketchikan, AK (1 Boat); Sta Honolulu--Honolulu, HI (1 Boat). : FAR 52.212-1 Instruction to Offerors - Commercial Items applies to this acquisition with the following addenda: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE.(FEB1998) FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION CLAUSES ARE INCORPORATED BY REFERENCE: 3052.228-70 INSURANCE (DEC 2003) 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EX-PATRIATES (DEC 2003). ,FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical 2) Past Performance 3) Price Technical and past performance are equal, and both combined are more important than price. 1) Technical: Technical capability to schedule and perform the IEUK installation as required by the Performance Work Statement. 2) Price: The total of all prices submitted, including options, on an all or nothing basis with no multiple award provision. THE GOVERNMENT RESERVES THE RIGHT TO EXERCISE ONE, ALL, OR NONE OF THE OPTIONS AT THE TIME OF AWARD.3) Past Performance: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this IEUK installation requirement. Relevance is specific experience with coordinating scheduling, and performing major electrical equipment installations on marine vessels. (Offerors are to submit three (3) references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material), total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence, customer satisfaction, management and adequate oversight. ) All offerors are to include with their offer a completed copy of the Representations and Certifications found at FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items,. FAR 52.212-4, Contract Terms and Conditions Commercial Item applies with the following change to paragraph(p) Limitation of Liability: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractor’s performance of this contract. The Contractor also shall be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractor’s liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g AND 10 2402); FAR 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) AND (3)); FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans (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 Disable 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); FAR 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.), and 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) The following Department of Labor Wage Determinations apply for occupations 23160 Electrician, Maintenance and 23430 Heavy Equipment Mechanic: 1994-2017 Rev 30 1994-2049 Rev 22 1994-2055 Rev 23 1994-2059 Rev 24 1994-2063 Rev 22 1994-2069 Rev 23 1994-2071 Rev 23 1994-2439 Rev 22 1994-2441 Rev 22 The full text of the above wage determinations may be obtained at www.wdol.gov. The full text of any clauses referenced above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far and http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf OFFER SUBMITTALS: Offers may be submitted either by mail or e-mail. If mailing, send to: Bonnie Mooney, Contracting Officer, 47’ MLB Project, 2308 Aramis Drive, Meraux, LA 70075. If by e-mail to bmooney@proneworleans.uscg.mil. RESPONSE TIME: Offerors are to submit their proposals not later than 1 P.M. Pacific Coast Standard Day Light Savings Time by 29 July 2004. AWARD: Award will be made on or before 1 P.M. Pacific Coast Standard Day Light Savings Time, 13 August 2004 Point of Contact: Bonnie Mooney, Contracting Officer, telephone 504-277-0663, email bmooney@proneworleans.uscg.mil 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 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 or 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 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 below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, D.C. 20593 Telephone: (202) 267-2285 FAX: (202) 267-4011. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/MLBPRO/HSCG23-04-R-AMB065/listing.html)
 
Place of Performance
Address: Ilwaco, WA; Winchester Bay, OR; Samoa, CA; Fort Bragg, CA; Bodega Bay, CA; Sausalito, CA; Monterey, CA; Morro Bay, CA; Oxnard, CA; Juneau, AK; Ketchikan, AK; Honolulu, HI
Country: US
 
Record
SN00637249-F 20040806/040804214537 (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.