Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

J -- Water Jet Blasting

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
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
HSCG40-05-Q-40788
 
Response Due
8/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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. THOSE INTERESTED IN SUBMITTING A QUOTATION SHALL PROMPTLY REQUEST A COPY OF THE COMPLETE STATEMENT OF WORK. The Point of Contact is Linda Mannion; lmannion@elcbalt.uscg.mil or you may call (410) 762-6475. The Request for Quotation Number is HSCG40-05-Q-40788. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The applicable North America Industry Classification System (NAICS) Code is 562910 and the business size standard is $12 million. The U.S. Coast Guard YARD has a requirement for ultra high-pressure of 36,000 to 40,000 PSI, water jet blasting of two (2) interior compartments onboard the CGC EAGLE. The Contractor shall achieve a degree of cleaning equal to the NACE WJ-2 standard that is similar to SSPC SP-10 or near white blast. The compartments contain lead paint. The contractor shall filter all process water and dispose of all lead contaminants and processed water. Water jet blasting shall be performed in accordance with U.S. Coast Guard YARD Statement of Work. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005) and the following addenda: General Instructions: It is intended to award a firm-fixed price purchase order. Water Jet Blasting services shall be performed on the USCGC EAGLE located at Fort Trumble Pier in New London, Connecticut on or about 10/02/05 and shall be performed in accordance with the Statement of Work for Ultra High Pressure Water Jet Blasting of Various Compartments of CGC Eagle. Proposal Preparation Instructions: Technical Proposal: The offeror shall submit a technical proposal that specifically addresses the Notes and Requirements of the Statement of Work. A proposal that merely states that the offeror will meet all the requirements of the solicitation may be determined technically unacceptable. Price Proposal: Quotations may be submitted on company letterhead stationary and must include the following information: Request for Quotation Number, Payment Terms, discount offered for prompt payment, proposed date for start of work, Tax I.D. Number and DUNS Number, unit pricing for Item 0001, Water Jet Blasting of EAGLE Interior Compartments (Galley 1-30-0-Q) and Medical Treatment Room (1-81-2-L), Quantity 1 Job, in accordance with the Statement of Work. Pricing shall be quoted F.o.b. destination and shall include all costs to perform the job, including any travel-related expenses. Quotation shall also include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Copies may be obtained by calling the Agency. Past Performance: One relevant past performance reference shall be provided, including company name, telephone number, and point of contact. 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: The Government will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation, represents the lowest price to the Government (low price/technical and past performance acceptability). A determination of technical acceptability shall be based on the information provided in accordance with the requirements of Addendum to FAR 52.212-1(b), Submission of Offers. Any proposal not providing or meeting the requirements evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. Past Performance may be evaluated using the reference provided in the offerors proposal. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. 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 (Mar 2005) 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; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates; 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 (Jul 2005), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 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), 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 27 applies to this requirement and may be located at http://servicecontract.fedworld.gov. SEE NUMBERED NOTE 1. E-Mail quotes are acceptable and may be sent to lmannion@elcbalt.uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 762-6008. Original, hard copy quotations shall immediately follow. Hand-delivered quotes and/or original, hard copy quotes shall be sent to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, Mail Stop 8, 2401 Hawkins Point Road, Baltimore, Maryland 21226-5000. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. The closing date and time for receipt of offers is 29 August 2005, 4:00 PM, Eastern Time
 
Place of Performance
Address: Fort Trumble Pier, New London, Connecticut
 
Record
SN00868960-W 20050814/050812211550 (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.