Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

J -- REMOVAL/INSTALLATION OF 6 STACK WASHER/DRYERS - MFG INSTALLATION INSTRUCTIONS - MFG EQUIP SPEC - SPECIFICATION

Notice Date
4/20/2009
 
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-63L993
 
Archive Date
5/22/2009
 
Point of Contact
Michael T Leonard, Phone: 510-637-5804
 
E-Mail Address
michael.t.leonard@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATION MFG EQUIPMENT SPECIFICATION MANUFACTURERS INSTALLATION INSTRUCTIONS 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. The Solicitation number is HSCG85-08-R- 63L993 and is issued as a Request for Proposals. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. This is a 100% small business set-aside procurement. The NAICS Code is 336611 and the Size Standard is 1000 employees. 1. Scope of Work: REPLACEMENT OF WASHER/DRYER UNITS ON USCGC BERTHOLF (WMSL 750). The Contractor shall provide all labor, materials and equipment to remove six (6) existing stack washer/dryer located in two laundry room compartments and replace them with six (6) new washer/dryer units that will be provided by the Coast Guard. All work is to be done in accordance with the attached Specification and the manufacturer’s equipment specifications and installation instructions. TOTAL PRICE $________________ 2. Performance will commence on 26 May 2009 and be complete no later than 30 May 2009. 3. Place of Performance: All work will be accomplished at the cutter’s home moorage, Coast Guard Island - Alameda, CA 94501. 4. A ship check will be held at 1000 on 29 April 2009 at the cutter’s home moorage, Coast Guard Island - Alameda, CA 94501. All potential offerors are strongly encouraged to attend as there are significant access limitations and interference restrictions that must be taken into account in preparing a responsive proposal. If you plan to attend please notify (by email) Michael.t.leonard@uscg.mil by 27 April 2009 with your company name and the name(s) of planned attendees so the Coast Guard Island Security can be notified to insure your access. 5. Government Furnished Property. DescriptionManufacturerPart NumberNIINQtyUOI INSTALLATION OF NEW STACK WASHER/DRYERS Stackable Washer/DryerSpeed QueenLTSA 7(none)6Set 6. COMPOSITE LABOR HOUR RATE APPLICABLE TO CONTRACT CHANGES The following labor hour rate shall be used in pricing all contract changes in accordance with the clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008). Labor Hour RateEstimated Quantity** Extended Amount $ /per hour X 50 HRS = $ **NOTE: The estimated quantity and extended amount indicated above are for evaluation of offers only. The quoted rate will apply to all changes involving additional work under this contract regardless of the actual total hours required. 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: Price and Past Performance. 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. The following factors shall be used to evaluate offers: Price and Past Performance. 1) Price: The total price will be the evaluated price. 2) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below for at least two (2) and no more than four (4) contracts for the same or similar items, either currently being performed or completed in within three years prior to the date of this synopsis/solicitation. Provide as a minimum the following applicable information for each contract: 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 proposals 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 7 May 2009, 11:00 A.M. Local California time. Proposals received after the date and time specified will not be considered. Proposals may be delivered to the USCG Maintenance & Logistics Command Pacific – Naval Engineering Divisions – ATTN: Michael T. Leonard (vpl-1) at the following address: Oakland Federal Building, 1301 Clay Street, Suite 807N, Oakland, CA 94612 or they may be submitted as an attachment to an e-mail addressed to: Michael.t.leonard@uscg.mil A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 (Jun 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 (Apr 2002) included. An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications 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. 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, 52.219-6, 52.219-8, 52.219-14, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232.33. The following additional Clauses are incorporated by reference: FAR 52.222-20 Walsh-Healey Public Contracts Act (DEC 1996) HSAR 3052.209.70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) Offerors may contact Michael Leonard at (510) 637-5804 for information regarding this solicitation. 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 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-913), U.S.Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 372-3692, Fax: (202) 475-3904.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1459a53607a895df6a8d13708eaea237&tab=core&_cview=1)
 
Place of Performance
Address: Coast Guard Island, Alamed, California, 94501, United States
Zip Code: 94501
 
Record
SN01797100-W 20090422/090420221422-1459a53607a895df6a8d13708eaea237 (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.