Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
MODIFICATION

J -- Repair #1 and 2 Refrigeration Plants - CGC WAESCHE

Notice Date
3/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-0P-Q-45CC7
 
Archive Date
4/8/2010
 
Point of Contact
Danielle M. DeVillier, Phone: 5104375976
 
E-Mail Address
danielle.m.devillier@uscg.mil
(danielle.m.devillier@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 HSCG85-0P-Q-45CC7 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-37. The NAICS Code is 336611. The small business size standard is 1000. This is a 100% small business set-aside. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Troubleshoot and repair of CGC WAESCHEs NR 1 & 2 Refrigeration plants. CGC WAESCHE is moored at Coast Guard Island Alameda, CA. Period of performance is March29- Apr 23 Refrigeration plant is R134a, approx 230lbs of refrigerant in system Scope- -Remove all lagging and insulation to reveal all joints, valve bodies, elbows, fittings etc required to perform a thorough and complete leak test of the systems. This may require removal of curtain plate above refrigeration boxes to access piping in the overhead. Additionally, piping runs through berthing areas and will require the removal of ceiling tiles to access the refrigerant lines. -Recover refrigerant of both plants and pressurize with Nitrogen and trace charge to perform comprehensive leak check -Repair all leaks found -Replace any faulty components found during system troubleshooting - Provide marine chemist to gas free spaces for hot work anytime hot work is required - Provide fire watches anytime hot work is required - Pressurize and leak test upon completion of repairs to verify integrity of system - Recharge system with R134A (approx 230lbs) -Reinsulate and relag all disturbed piping- paint to match original lagging color - Install all removed interferences and paint any disturbed areas -verify proper settings and operations of Water Regulating Valves, Thermal Expansion Valves, Packless Hand Valves, - Assist crew with start-up and operational testing - Set all controls for proper operation and check defrost cycle -Contractor is responsible for the transportation of all materials on to and off of cutter. -Contractor is responsible for the disposal of all removed insulation, lagging, oils, refrigerant, defective parts. Disposal shall be IAW all city, state, and federal laws In the event of replacement parts or services which are not listed in this scope are required, submit a Condition Found Report listing required parts and detailed estimates within 24 hours of findings. Submit CFRs to LTJG ERIC VRYHEID Eric.G.Vryheid@uscg.mil Ship checks can be scheduled by contacting LTjg Vryheid at 510-437-5902 The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. Place of delivery is USCGC WAESCHE, COAST GUARD ISLAND, BLDG 42, ALAMEDA, CA 94501. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-0P-Q-45CC7; (2) CLIN number, item name, part number, and unit/extended prices for all CLIN's (3) proposed delivery after receipt of order in calendar days for each CLIN; (4) past performance information as required above (5) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; (6) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (7) Contractors full name, address, and telephone number. 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. 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 (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246) (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a - 10d) (JUN 2003);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (DEC 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Closing date/time for submission of quotations is 24 MAR 2010 at 8:00 A.M. San Francisco CA time. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to SK2 Danielle DeVillier by email to danielle.m.devillier@uscg.mil *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-0P-Q-45CC7 /listing.html)
 
Place of Performance
Address: USCGC WAESCHE (WMSL-751), Coast Guard Island, Pier, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN02095313-W 20100319/100317235325-aaf3d3a98ed7114d8452c600f630d153 (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.