Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

J -- CGC HAMILTON HABITABILITY RENEWAL - Specifications

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, California, 94612-5249
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-09-R-66R985
 
Point of Contact
Ryan R. DelaCruz,, Phone: (510)637-5989, Jo Ann T. Yamane,, Phone: (510)637-5970
 
E-Mail Address
Ryan.R.DelaCruz@uscg.mil, JoAnn.T.Yamane@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications for HAMILTON HABITABILITY PROJECT This is a combined synopsis/solicitation HSCG85-09-R-66R985 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 Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. This is small business set-aside procurement. The NAICS is 336611. 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 (CG-9131), U.S.Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 3723692, Fax: (202) 475, 3904. This requirement is to provide all labor, materials, and equipment to accomplish the following IAW the provided specifications: HABITABILITY Upgrades on USCGC HAMILTON (WHEC 715) A. Contract Line Items 1.Definite Item: D-1 Renew Sinks, Faucets, And Shower HeadsPRICE $ D-2 Renew Water Closets and UrinalsPRICE $ D-3 Sanitary Partition RenewalPRICE $ D-4 Compartment Insulation RenewalPRICE $ D-5 Piping System Insulation RenewalPRICE $ 2.Optional Item: O-6 Chilled Water System Insulation RenewalPRICE $ 3.Bid for composite labor rate: LABOR HOUR RATEESTIMATED QUANTITYESTIMATED AMOUNT $____________/HOUR238 HOURS$_________________ TOTAL EVALUATED PRICE $ B. Performance will commence on 08 JUN 2009 and complete no later than 08 JUL 2009. C. Place of Performance: All work to be accomplished onboard the cutter, at the cutter’s home moorage in San Diego, CA. D. Description of Requirement: All work will accomplished in accordance with the specification, available on www.fbo.gov, or from the Contracting Officer, phone (510) 637-5989 or email ryan.r.delacruz@uscg.mil. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror’s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The aggregate price determined by totaling the offer price for the definite items, plus offer price for optional item, plus the composite labor hour extended total. 2) Past Performance: In accordance with FAR 52.212-1(b)(1) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, 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, customer satisfaction, and management. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor’s Tax Information Number, and DUNS Number. Proposals must be received not later than 04 MAY 2009, 2:00 P.M. Standard Pacific Time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: (510) 637-5978 Attn: Ryan dela Cruz or e-mail ryan.r.delacruz@uscg.mil. 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 Offeror-Commercial Items (APR 2008) FAR 52.212.2 Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2009). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-1, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35-36-37-39, 52.222-44, 52.222-50, 52.225-1, 52.225-13, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232-33, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1 and HSAR 3052.209.70. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with its offer. Offerors may contact Ryan dela Cruz at (510) 637-5989 or via email ryan.r.delacruz@uscg.mil for information regarding the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=875ada22d38e854ab6a58e126fc48237&tab=core&_cview=1)
 
Place of Performance
Address: USCGC HAMILTON (WHEC 715), 2680 WOODEN STREET, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN01795757-W 20090419/090417215812-875ada22d38e854ab6a58e126fc48237 (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  © 1994-2020, Loren Data Corp.