Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

20 -- CGC CHASE DOCKSIDE REPAIRS - Specifications

Notice Date
5/20/2009
 
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-625B51
 
Archive Date
6/18/2009
 
Point of Contact
Jake M. Apolonio, Phone: (510) 637-5964, Jo Ann T. Yamane, Phone: (510)637-5970
 
E-Mail Address
jake.m.apolonio@uscg.mil, JoAnn.T.Yamane@uscg.mil
(jake.m.apolonio@uscg.mil, JoAnn.T.Yamane@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications 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. Solicitation number is HSCG85-09-R-625B51 issued as a Request for Proposals. 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 2005-31. The NAICS Code is 336611. The small business size standard is 1,000. This is a restricted procurement; only small business responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Statement of Work: CGC CHASE Dockside Repairs Period of Performance: 10 – 24 June 2009 Place of Performance: San Diego, CA The U.S. Coast Guard Maintenance and Logistics Command, Pacific has a requirement to procure the following services: Dockside Repairs (See attached statement of work). Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-09-R-625B51; (2) CLIN number, item name, and unit/extended prices for all CLIN’s (3) past performance information (4) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (5) Contractors full name, address, and telephone number. Offeror shall provide pricing as follows: CLIN 00001 JP5 Bulkhead RepairUnit JB Qty 1 $_____________ CLIN 00002 Tanks (MP Fuel Stowage and Overflow) Clean and Inspect Unit JB Qty 1 $_____________ CLIN 00003 Renew Fuel Oil Transfer Piping No. 1 Pump Room Unit JB Qty 1 $_____________ 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 award 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. i.)Price: The total price will be the evaluated price. ii.)Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identity past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below at least three (3) and no more that five (5) contracts for the same or similar items, either currently being performed or completed 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 compete 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 most 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 no later than June 3, 2009, 2:00 PM PDT. Proposals received after the date and the time specified will not be considered. Ensure that in addition to prices, proposals shall include applicable representations and certifications and all other information required by the incorporated clauses below. Responses shall be submitted as an attachment to an email addressed to Jake Apolonio at jake.m.apolonio@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-Commerical 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 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 (OCT 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (DEC 2008). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). _______________________ (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of the law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside. (June 2003)(15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (June 2007)(15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (Feb 2009)(Applies to all contracts). 52.225-1, Buy American Act-Supplies (Feb 2009). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (JUN 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (c) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records – Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. The following additional Clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal (Aug 1999). FAR 52.222-20, Walsh-Healy Public Contracts Act (Dec 1996). FAR 52.242-2, Production Progress Report (Apr 1991). HSAR 3052.209.70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). 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 (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Closing date/time for submission of quotations is 3 JUN 2009 at 2:00 PST. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to MLCPAC (vpl), Suite 807N, 1301 Clay Street, Oakland, CA Attn: Jake M. Apolonio. Electronic offers submitted via FAX to (510) 637-5978 or by email to jake.m.apolonio@uscg.mil are acceptable and encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-09-R-625B51/listing.html)
 
Place of Performance
Address: 2680 Woden Street, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN01823811-W 20090522/090521004105-8093282e4efa5945365f980fed17cb50 (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.