Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOLICITATION NOTICE

J -- Combined Synopsis Solicitation for CGC Albacore and Mako Marine Propulsion Diesel Engine Maintenance Operation

Notice Date
12/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-05-Q-3FA723
 
Response Due
1/10/2005
 
Archive Date
1/1/2006
 
Description
This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. Solicitation HSCG80-05-Q-FA723 is issued as a Request for Quotations. The requirement is being solicited as full and open competition using Simplified Acquisition Procedures per FAR Subpart 13. A Firm Fixed Price Purchase Order is anticipated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24 effective 06/18/04. The NAICS Code 336611 with a Small Business Size Standard of 1000 employees. This work is for the Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine on the 87 foot patrol boats USCGC Albacore and the USCGC Mako. The period of performance for the USCGC Albacore is January 21, 2005 with a completion date of February 11, 2005 (21 days). The period of performance for the USCGC Mako is February 21, 2005 with a completion date of March 14, 2005 (21 days). Schedule of Supplies and services: USCGC ALBACORE BASE - CLIN 0001 Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Maintenance Operation W5 1 JOB $____________ OPT 0001A - Renew Cylinder Liner 2 EA at $____________ = $________ OPT A Composite Labor Rate 80 Hours at $__________=$ ____________ BASE - CLIN B - GFP Report in accordance with solicitation NSP 1 EA at NSP BASE C - Travel and Per Diem 1 JOB $ ___________ TOTAL PRICE: $ _________________ Schedule of Supplies and services: USCGC MAKO BASE - CLIN 10001 Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Maintenance Operation W5 1 JOB $____________ OPT 10001A - Renew Cylinder Liner 2 EA at $____________ = $________ OPT 1A Composite Labor Rate 80 Hours at $__________=$ ____________ BASE - CLIN 1B - GFP Report in accordance with solicitation NSP 1 EA at NSP BASE 1C - Travel and Per Diem 1 JOB $ ___________ TOTAL PRICE: $ _________________ Vendors should include prompt payment discounts with their quotation. To receive an award the company must be registered in the Central Contractor Registration Database (CCR) http://www.dlis.dla.mil/ccr/default.asp. All responsible sources may submit a quote, no later than January 10, 2005, 12:00p.m. EDT to U.S. Coast Guard, MLCLANT (vpl-1), 300 E. Main Street, Norfolk, VA 23510-9102, ATTN: Kathryn Stark, or e-mail at kstark@mlca.uscg.mil. Facsimile copies will be accepted at (757) 628-4676. Offers may be submitted on company letterhead stationery indicating the unit price for base and each ordering period (if applicable) and extended price; FOB point; delivery, payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date; and applicable warranty. All work is to be performed in accordance with the USCGC ALBACORE (WPB-87309) and USCGC MAKO (WPB-87303) 87-FOOT PATROL BOATS SPECIFICATIONS FOR MARINE PROPULSION DIESEL ENGINE MAINTENANCE OPERATION W5 (December 17, 2004/Rev-0) There are no revisions to the specification. The specifications will be issued as separate files. Evaluation and Award-Commercial Items: The provision at FAR 52.212-1 Instructions To Offerors Commercial Items (Jan 2004) applies to this acquisition and is incorporated by reference. Provision FAR 52.212-2 will not be used for this solicitation. However, contractor shall submit representations and certifications for commercial items using FAR 52.212-3 with their quotes. To access the information use http://www.arnet.gov/far. The government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote will be evaluated using Past Performance information on file in the National Institute of Health database containing such information. If the contractor does not have any past performance information on file, the contractor must send at least two references containing agency, contract number, point of contact, and type of work performed on similar contracts of this requirements nature. Additionally, offerors must submit a technical plan to include: (1) Bosch Pump overhaul plan and certification, (2) performance plan for all required overhaul work to be completed within 21 calendar days, (3) a resume of experience on equipment 8V39TE94 (in marine application), with a minimum of 5 years experience over the last 10 years, (4) other proposed contractor personnel, (5) details of commercial warranty and limitations that apply to services rendered. Price will also be evaluated for reasonableness. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-44, Fair Labor Standards Act and Service Contract Act- 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition if requested The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 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 this address: http://www.dhs.gov/dhspublic. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (SEP 1990) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JULY 1997) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Disclosure of Conflicts of Interest (DEC 2003) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of Liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (DEC 2003) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 HSAR 3052.242-72 Dissemination of Contract Information (DEC 2003)Contracting Officer?s Technical Representative (DEC 2003) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003). (a) Prohibitions. Section 835 of Public Law 107296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting more than 50 percent for at least 80 percent each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, Public Law 107296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions) (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107?296. (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purpose of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of Public Law 107296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships, which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled, as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of provision) CONTRACTING OFFICERS AUTHORITY No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.217-95, Liability and Insurance (USCG) (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairers Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United States Longshoremens and Harbor Worker?s Act. 4. Full insurance coverage in accordance with the States Workmens Compensation Law (or its equivalent) for all places of performance under this contract. CONTRACT DEFICIENCY REPORT The Contracting Officer or Contracting Officer Representative (COR) may issue a Contract Deficiency Report, Form MLCA(v)005-1. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved the Contracting Officer, to the COR. The COR will comment on the contractor?s response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the contractor, MLCA (vr), the NESU and Program Manager. The Contracting Officer will make the final response to the contractor in writing. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential quoters who believe that a Coast Guard solicitation 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 quoter should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, D.C. 20593 Telephone (202)267-2285 FAX: (202)267-4011 Potential quoters should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation number, Contracting Office, Contracting Officer, and solicitation closing date. Defense Priorities and Allocations System (DPAS) Rating: DO A3 Refer questions to Kathryn Stark, Contracting Office (757) 628-4588 or Cindy Floyd, Contracting Office (757)628-4653 Quotes must arrive no later than 12:00 a.m. (Eastern Time) January 10, 2005. Quotations may be sent via the US Postal Service or hand delivered to: Commanding Officer (vpl-1), USCG MLC Atlantic, ATTN: Cindy Floyd, 300 E. Main Street, Suite 600, Norfolk, VA 23510. As per FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997), offerors may submit facsimile quotes as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. The telephone number for receiving facsimiles is: 757-628-4676.
 
Place of Performance
Address: At patrol boats homepiers
 
Record
SN00728012-W 20050101/041230211518 (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.