Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

V -- Propane Refueling & Waste Removal for various Mt. Top Sites in AK

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island, Building 54C, Alameda, California, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-09-Q-6F9001
 
Archive Date
5/20/2009
 
Point of Contact
Kristopher Onstott,, Phone: 510-437-3008, Kathryn Rato,, Phone: 510-437-5915
 
E-Mail Address
Kristopher.J.Onstott@uscg.mil, Kathryn.M.Rato@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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 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 or 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 protesters 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 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 below: Commandant (GA) 1900 Half St WS Rm 11-0402 Washington, D.C. 20593, Telephone: (202) 372-3692, FAX: (202) 475-3904 The Request for Quotation number is HSCG89-09-Q-6F9001 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-30 This acquisition is unrestricted for offers’ business size 1500 employees. The NAICS is 481212. The contract type will be a firm fixed price contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format is 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 And the ensuing awarded is under the authority of FAR Subpart 12 “Acquisitions of Commercial Items”. The Government proposes to solicit offers for the following services and quantities: DESCRIPTION OF SERVICE: The NDS Radio sites to be fueled are remote sites that are only accessible by helicopter. There is no road access to any of these sites and the weather conditions can vary considerably in any season. Typical transportation of propane to these sites will include the use of a barge and/or helicopter. The full “pickle” barrels are transported by barge to a location near the site and then slung to the remote site by a helicopter rated for that load. A fuel mechanic will then remove the barrel from the sling and transfer the propane from the 125 Gal. “Pickle” barrels to standard 500 Gallon propane tanks. This process is repeated until all tanks are at maximum capacity. This is a high priority U.S. Coast Guard search and rescue system that must be kept operational at all times to protect property and lives. Offeror must have experience with this type of task due to high risks associated with it. FUEL REQUIREMENT: Contractor shall fuel all remote sites with propane quantities per schedule. The estimated LP Gas Fuel required is below. Contractor shall be prepared to provide an additional 10% to the estimated amounts to ensure that all tanks are full. Contractor shall check fuel tank and fuel lines for leaks upon arrival. Upon detection of any leaks, vendor is to isolate, as much as possible, and contact the Contracting Officer with a cost estimate to repair. Contractor shall record actual gallons of propane delivered to each site on the invoice and tank gauge level percentages after filling. All documentation will be delivered to Contracting Officer within one week of work completion. WASTE REMOVAL REQUIREMENT: Contractor shall remove and dispose of waste materials for all remote sites described individually below. Contractor shall comply with all federal, state, and local environmental regulations. Contractor shall provide dated photos of waste removed from site, along with local disposal receipts to the Contracting Officer within one week of work completion. SCHEDULE: PROPANE REFUELING CONTRACT LINE ITEM NUMBERS (CLIN), SITE WASTE REMOVAL (CLIN). OFFERORS MAY SUBMIT OFFERS ON ANY OR ALL CLINS: (NOTE: CLINS 0003, AND 0004 INCLUDE BOTH FUEL DELIVERY AND WASTE REMOVAL. OFFERORS MUST PROVIDE PRICING FOR BOTH ITEMS IN ORDER TO BID ON THESE CLINS.) CLIN 0001: Prince William Sound; Specifically Naked Island, total of 4100 gal. QTY 4100 gals, provide Unit price per gal. $_______ extended amount. $_________ CLIN 0002: Point Pigot, total of 2300 gal. QTY 2300 gals, provide Unit price per gal. $_______extended amount. $__________ CLIN 0003: FUEL DELIVERY: SE Alaska, a subtotal of 6100 gal. which breaks down to be the following: Duke Island: 900 gal. Sukkwan Island: 700 gal. Cape fanshaw: 1100 gal. Zarembo Island: 900 gal. Mr. MacArthur: 1000 gal. Althorp Pk: 1500 gal. QTY 6100 gals, provide Unit price per gal. $_______extended amount. $__________ WASTE REMOVAL: SE Alaska, Includes the following sites: Duke Island: Remove two 25ft. DB-616 Antennas secured under A-Frame, remove excess tower hardware secured to A-Frame, remove excess tower hardware secured under A-Frame, cut into sections and remove downed Rowan Tower. Cape Fanshaw: Remove Rowan Wind Generator Tower secure under A-Frame, remove DB-616 25ft. antenna from alongside Generator Hut, remove excess tower hardware from alongside Generator Hut, remove excess hardware from under ET Hut. Zarembo Island: Remove excess tower hardware along side of ET Hut, remove two DB-616 25ft. antennas secured inside A-Frame, remove DB-616 support arm secured under A-Frame. Mt. McArthur: Remove two 25ft. DB-616 Antennas, remove chopped up microwave dish secured under A-Frame, remove chopped up DB-616 support arm secured under A-Frame, bag and remove old paint cans and accessories. Sukkwan Island: Remove three 25ft DB-616 antennas secured under A-Frame, remove DB-616 support arm secured under Generator Hut, remove excess tower hardware under A-Frame and Generator Hut, remove excess tower hardware under ET Hut. Provide Unit price per JOB. $_______. TOTAL (Fuel Delivery + Waste Removal) = $____________. CLIN 0004: FUEL DELIVERY: SW Alaska, a subtotal of 7300 gal. which breaks down to be the following: Mount Bede: 1400 gal. Rasberry Island: 1400 gal. cape Gull: 800 gal. Sitkinak Dome: 1400 gal. Marmot Island: 1200 gal. Rugged Island: 1100 gal. QTY 7300 gals, provide Unit price per gal. $_______extended amount. $__________ WASTE REMOVAL: SW Alaska, Includes the following sites: Cape Gull: Remove DB-616 25ft. antenna secured under A-Frame, remove DB-616 antenna support arm, remove old tower piping secured under A-Frame. Sitkinak Island: Remove all sections of downed wind tower secured under A-Frame. Mount Bede: Remove two 25ft. DB-616 antennas secured under propane tanks, remove two DB-616 antenna support arms secured under propane tanks, remove old copper conduit secured under propane tanks. Rugged Island: Remove DB-616 25ft antenna secured under A-Frame, remove DB-616 antenna support arm under Generator Hut, remove unauthorized fire-pit item into heavy duty bag for transport out. Provide Unit price per JOB. $_______. TOTAL (Fuel Delivery + Waste Removal.) = $______________. CLIN 0005: Tuklung Island 1200 gal. QTY 1200 gal. provide Unit price per gal. $_______extended amount. $__________ DELIVERY START/COMPLETION DATES: Contractor shall complete all above stated work within the following time frames: CLINs 0001, and 0002: No earlier than 01JUN09 and no later than 30JUN09 CLINs 0003, 0004, and 0005: No earlier than 01JUL09 and no later than 31JUL09. GPS Coordinates For NDS Sites Site NameLatitudeLongitude Prince William Sound Naked Is:60-38-42 N147-20-49 W Point Pigot Point Pigot:60-49-02 N148-22-48 W SE Alaska Duke Is:54-53-05 N131-21-31 W Sukkwan Is:55-05-49 N132-46-01 W Cape Fanshaw:57-12-17 N133-27-58 W Mt. McArthur56-04-09 N134-11-31 W Zarembo:56-20-43 N132-51-41 W Althorp Peak:58-05-23 N136-24-55 W SW Alaska Cape Gull:58-11-56 N154-12-22 W Rasberry Is:58-03-59 N153-22-37 W Bede Mtn:59-18-37 N151-56-38 W Marmot Is:58-14-09 N151-49-16 W Rugged Is:59-51-40 N149-23-20 W Sitkinak Dome:56-33-32 N154-11-13 W Tuklung Tuklung Is:58-51-28 N159-27-58 W AWARD: This purchase will be based on the following criteria: 1) FAA certification and cert for sufficient load capacity, pass/or fail 2) Past performance and price will be evaluated. 3) Price. After FAA cert., the other than price factor, is approximately equal to price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the best terms from a price and technical standpoint. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representatives and Certifications or go on line an complete https://orca.bpn.gov.. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) mandatory requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE.(FEB1998) 1. FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION CLAUSES ARE INCORPORATED BY REFERENCE: CLAUSE TITLE 3052.222-90 LOCAL HIRE (Dec 2003) 3052.223-90 ACCIDENT & FIRE PREVENTION (DEC. 03) 3052.228-70 INSURANCE (DEC 2003) 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EX- PATRIATES (DEC 2003). 3052.242-71 DISSEMINATION OF CONTRACT INFORMATION (DEC. 03) The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g and 10 U.S.C. 2402); FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.219 -4 Notice of Evaluation preference for HUBZone Small Business Concerns if offer elects to waive indicate in Offer. (15USC 657a), FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (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 52.225-13 Restriction on Certain Foreign Purchases (Mar 200505), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); FAR 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.) (Vessel Operator $217.32/dy, Deckhand $136.20/dy and fuel Distribution System Mechanic $31.43/hr; Helo Pilot $$35.00,hourly rates). The Department of Labor Wage Determination No. 2005-2017-Revision No. 6 apply. &. The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far and SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award one or more firm-fixed price contracts resulting from this synopsis/solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FAA certs are pass or fail, Price and Past Performance are trade off for best value determination.. 1) Price: will be the evaluated in accordance with FAR 15.404-1(b). 2) Past Performance: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this Propane Refueling requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material), total dollar amount, procuring activity or firms 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, competence customer satisfaction, management adequate oversight. Relevance is specific experience with coordinating scheduling, and performing propane refueling by helicopter on remote mountaintops in the Alaska using 100 gallon Pickle Barrels. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer'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. 3)Offers: Responding contractors offers shall consist of a signed quotation of price for the specifically identified CLINs, submitted to the primary contact listed on this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1b5d7955f29b3adc915ea27f5ec9868&tab=core&_cview=1)
 
Place of Performance
Address: South East Alaska, South West Alaska, Prince William Sound Alaska, Point Pigot Alaksa., NA, Alaska, NA, United States
 
Record
SN01807966-W 20090506/090504215838-d1b5d7955f29b3adc915ea27f5ec9868 (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.