Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

19 -- FLIGHT DECK PRESERVATION-HONOLULU, HI

Notice Date
12/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-07-Q-625275
 
Response Due
1/8/2007
 
Point of Contact
Michael Colisao, Purchasing Agent, Phone 5106375984, Fax 5106375978, - Roy Gilbert, Purchasing Agent, Phone (510) 637-5988, Fax (510) 637-5978,
 
E-Mail Address
michael.colisao@uscg.mil, Roy.L.Gilbert@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 FAR 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 is issued as a Request for Quotations (RFQ), number HSCG85-07-Q-625275 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-14. This is total small business set-aside procurement. The Small Business size standard is 5mil. The NAICS is 336611. The contract will be awarded as a purchase order using simplified acquisition procedures in accordance with the provisions of FAR 13.5. The requirement is for the FLIGHT DECK PRESERVATION onboard Coast Guard Cutter JARVIS (WHEC-725), located Pier side Honolulu, Hawaii 96819. When responding to this RFQ contractors shall provide pricing as follows: CLIN 0001: Contractor shall prepare, prime and paint the flight deck and hangar deck. The flight deck and hangar deck are coated with an epoxy slip-resistant coating for aircraft. The requirement is for the Contractor to provide all labor and materials to accomplish the following in accordance with the General Requirements. (MilSpec: MI_63100_JMS_0506_378) **** Please call SK1 Colisao @ 510-637-5984 for a copy of the entire military specifications prior to bidding **** Jobsite: Honolulu, HI 96819 Performance period: 22 Jan 2007 to 02 February 2007 Point of Contact: LT Dirk Krause, (808) 842-2875 TOTAL COST: $________________________________ The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000) applies to this acquisition; quotations submitted in response to this RFQ must include: (1) CLIN number and pricing as shown above, record of past performance for similar contracts in the form of letters of reference or contract performance ratings, full information about the berthing and messing facilities proposed, and Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFQ ? (a) Factors for evaluation will include price and past performance on similar type contracts; past performance and price are of approximately equal importance. 52.204-7, Central Contractor Registration www.ccr.gov, Oct 2003. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions ? Commercial Items, Oct 2003, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42, 52-222-43, 52.222-44 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-47, 52.222-49, 52.225-1, 52.232-1, 52.232-8, 52.232-11, 52.232-23, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. The following DOL Wage rate determination will be incorporated as part of the resultant purchase order: OCCUPATION TITLE MINIMUM WAGE RATE: (Food Service $10.78 (Min Wage Rate $8.96), Cook I, $13.61, (Min Wage Rate $11.32), Cook II, $16.45 (Min Wage Rate $13.68), Dishwasher, $9.83, (Min Wage Rate $8.17), Waiter/Waitress, $9.83 (Min Wage Rate $8.17), Maid or Houseman, $10.78 (Min Wage Rate $8.96), Cashier, $10.78 (Min Wage Rate $8.96) and Desk Clerk, $10.78 (Min Wage Rate $8.96). 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-851), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Submitted quotes shall have the contractor?s Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 08 Jan 2007, 9:00 A.M. Local Time P.S.T. Quotations received after that date and time will not be considered. Proposals may be submitted via FAX to 510-637-5978 Attn: SK1 Michael Colisao or by email to Michael.Colisao@uscg.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-07-Q-625275/listing.html)
 
Place of Performance
Address: SAND ISLAND ACCESS ROAD HONOLULU, HI
Zip Code: 96819
Country: UNITED STATES
 
Record
SN01217894-F 20070125/070123222620 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.