Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

20 -- Repairs to Mobile Boat Hoist

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-10-7S1295
 
Archive Date
3/6/2010
 
Point of Contact
Debra A Smith, Phone: 305-415-7086
 
E-Mail Address
debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK Boat Hoist Repair PR# 21102807S1295 1. Scope 1.1. Scope. This solicitation requires the contractor to repair a Kleeco Mobile Boat Hoist located at USCG Sector Key West, Key West Florida. Contractor will be required make all necessary repairs to bring the hoist apparatus to full operational status. Contractor will be responsible for providing all labor, materials, equipment, and necessary machinery to complete the work outlined below. 2. Description of Work 2.1. Remove, replace, and lube all wire rope 2.2. Remove and replace four (4) hoist drum brakes. 2.3. Remove and replace two (2) steering cylinders. 2.4. Remove and replace two (2) steering alignment valves.. (Steering will not hold adjustment as a result of the faulty valves). 2.5. Remove and replace overload devises. 2.6. Remove and replace all hydraulic hoses and fittings 2.7. Inspect and repair complete hydraulic system. 2.8. Insure hoist meets all weight and safety certifications. 3. Location of Work and Completion Date 3.1. Work site will be located at USCG Sector Key West, 100 Trumbo Road, Key West, FL. 3.2. Timeframe- Commencement date for this project is on or before 1 March 2010 3.3. Site Visit- Site visit for this project is scheduled for week of 1 - 5 February. Contact MKC Jaime Figueroa @ email Jaime.A.Figueroa.uscg.mil or phone @ 305-292-8782. All contractors are encouraged to due a site visit prior to submitting estimates. 4. Protection of Coast Guard Property 4.1. Contractor shall bear all financial responsibility for any and all damaged incurred while working on Government owned property. 5. Pre-Work Meeting/Work Hours 5.1. Before start of work, the Government shall hold a pre-work meeting with the Contractor to discuss the project procedures and work schedule. 5.2. The Coast Guard will hold the meeting at the site or in the Sector Engineering Office (BLD 105) at USCG Sector Key West, 100 Trumbo Road, Key West, FL. The Coast Guard and the Contractor will jointly agree on the time of the meeting. The Meeting can be held on the same day that the work commences. 5.3. Contractor's working hours shall be scheduled at least two days prior to commencement. 5.4. Contractors should schedule the bulk of work during the hours of 8:00 AM (0800) and 4:00 PM (1600). Work that requires accomplishment outside those hours should be scheduled ahead of time through the Coast Guard. 5.5. Scheduling of work can be made through MKC Jaime Figueroa @ 305-292-8782 or email @ Jaime.A.Figueroa.uscg.mil. 5.6. Hours of Operation for US Coast Guard Sector Key West are 0730 to 1700 Monday through Friday. 6. Quality Assurances 6.1. Visual Inspection. After completion of work and at the presences of Coast Guard Inspector, the Contractor will visually inspect the finished product as designated by the Coast Guard Inspector 6.2. Operational Test. The Contractor shall demonstrate proper operation of all Systems and ensure all work is completed to the Coast Guard Inspector. 7. Liabilities 7.1. In no case will the Coast Guard assume liability for bodily injury to the Contractor or his/her employees. "APPLICABLE CLAUSES" 52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (MAR 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (viii) 52.204-7, Central Contractor Registration (APR 2008). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2008). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Dec 2008). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) RESERVED. (xii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sept 2006) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States.) (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov.far (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause) This announcement constitutes the only solicitation; quotes are being requested and another written solicitation will not be issued. This Request for Quotes incorporates the provisions and clauses listed above. The requirement is being solicited as a 100% Small Business Set Aside using the Simplified Acquisition Procedures as per FAR 13. The NAICS code for this solicitation is 238290 with a Size Standard of $14.0. A firm fixed price Purchase Order is anticipated. Site information and Point of Contact information is located in the statement of work in paragraph 3.3. Although I am the point of contact for this solicitation, I do not have the knowledge to answer any specific questions about the job itself. Those MUST be directed to the POC in 3.3. All quotes for this solicitation need to be directed to: Commanding Officer, Department of Homeland Security Base Support Unit Miami 909 SE 1st Ave Rm 512 Miami FL 33131-3050 And are due into this office no later than 3:00pm eastern standard time on the 19th of February 2010. They can either be faxed to 305.415.7092 Attn: Deb Smith or you can email the document to debra.a.smith@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG28-10-7S1295/listing.html)
 
Place of Performance
Address: USCG Sector Key West, 100 Trumbo Road, Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN02052392-W 20100130/100128235440-d20a551273017a6b55d36e6f7d851fda (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.