Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

J -- Unplanned Dry-dock of CGC MUNRO (WHEC 724) - Specification for Dry-dock CGC MUNRO

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
HSCG85-10-R-P45ED0
 
Archive Date
5/6/2010
 
Point of Contact
Jay S McReynolds, Phone: 510-637-5975, Valerie S Rivera-Chase, Phone: (510) 637-5972
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, Valerie.S.RiveraChase@uscg.mil
(jay.s.mcreynolds@uscg.mil, Valerie.S.RiveraChase@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification for CGC MUNRO Unplanned Dry-dock I. This is a combined synopsis/solicitation HSCG85-10-R-P45ED0 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. This Request for Proposal (RFP) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. This is total small business set-aside procurement. The Small Business size standard is 1,000 employees. The NAICS is 336611. 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 protestor 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. 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, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor's concerns are unresolved, an independent review is available by the Ombudsman. The protestor 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 protest 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 protestor 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-9131), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half Street, Room 11-0402, Washington, DC. 20593. Telephone: (202) 372-3692, Fax: (202) 475-3904. The intent of this project is to dry-dock & repair of the CGC MUNRO (WHEC 724) located at Kodiak, AK in accordance with the following requirements. All offers are due 04/21/2010 at 1100 Pacific Time to the following address: Jay McReynolds, Contract Specialist SFLC-CPD, C&P2-LRE, Oakland Det. Ronald V. Dellum Federal Bldg. Suite 807N 1301 Clay Street, Oakland, CA 94612. Offerors are encouraged to email your proposals to jay.s.mcreynolds@uscg.mil. 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 received after the date and time specified will not be considered. When responding to this RFP, contractors shall provide pricing as follows: II. A. Definite Items Type CLIN 0001 D-01 Production Control GANTT Bar Chart (UPDD) Provide 1 Job: _____________ CLIN 0002 D-02 Thruster Unit (Special) Overhaul 1 Job: _____________ CLIN 0003 D-03 Temporary Services, Drydock Provide 1 Job: ____________ CLIN 0004 D-04 Sea Trials 1 Job:_____________ CLIN 0005 D-05 Drydocking Accomplish 1 Job:____________ Total of Definite Items Type combined CLINs ___________________________ B. Option Items Type CLIN 0006 O-06 Propulsion Shaft Bearings (External) Check Clearances 1 Job:_____________ CLIN 0007 O-07 Sea Strainers (All Sizes) Overhaul 1 Job:_____________ CLIN 0008 O-08 Sea Valves and Waster Pieces Overhaul 1 Job:____________ CLIN 0009 O-09 Rudder Stock Bearings Check Clearances 1 Job:_____________ Total of Option Items Type combined CLINs ___________________________ C. 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 entitled "Composite Labor Hour for Contract Changes." Labor Hour Rate Estimated Quantity** Extended Amount __________/per hour X 422 Hours =__________________ **NOTE: The estimated quantity and extended amount indicated above are for evaluation of bids only. The quoted rate will apply to all changes involving additional work under this contract regardless of the actual total hours required. D. Price for Lay Days Provide a price for Lay Days in accordance with HSAR 1252.217-75 (Oct 1994): Note Estimated three (3) days is for evaluation purposes only. Price per day Estimated Quantity** Extended Amount ______________ X 3 days = ___________________ Total Evaluated Price _________________________________ III. ADDITIONAL WORK A. If the need for additional work develops, the Contractor must obtain authority orally or in writing from the Contracting Officer before proceeding with such work. B. To the extent requested by the Contracting Officer, the Contractor shall prepare and submit written proposals for proposed work requests which may be required to include: (1) A complete breakdown of labor hours and costs by labor category and phase of work as identified by the Contracting Officer; (2) A complete breakdown of material costs showing material required, source (with point of contact), part number, unit and extended cost and contractor's material handling charge/profit; and (3) A complete breakdown of labor and material as described above for each proposed subcontractor. C. The contractor shall submit written proposals and breakdowns to the Contracting Officer via email at: jay.s.mcreynolds@uscg.mil. IV. OPTIONAL ITEMS Optional Items O-6 through O-9 may be awarded one day after award of contract. Offers are required to be submitted with prices for all Optional Items. Prices for Optional Items will be evaluated for award purposes, however this evaluation shall not obligate the Government to order any work described in the Optional Items. Optional Items must be completed within the contract performance period. V. COMPOSITE LABOR HOUR RATE FOR CONTRACT CHANGES A. The composite labor hour rate bid in Section B shall be the sole labor hour rate used to price the prime contractor's direct labor hours for all contract changes, whether growth within scope or new work. The contractor shall not receive any compensation in addition to this rate for prime contractor's direct labor associated with changes under this contract. B. The composite labor hour rate shall represent total compensation for the following: direct labor; any port or association fees, rents or other levies; all overhead and general and administrative costs; profit; and all direct and indirect costs and profit associated with following support functions: Supervision Quality Assurance Planning Engineering Surveyors Transportation/Drivers Material Handling Testing Cleaners Guards Estimating Contract Administration C. The composite labor hour rate will be used in pricing production labor hours, which shall include only those hours necessary and reasonable to perform direct production functions, and will not include the support functions listed above, whether such support functions are normally charged directly or indirectly by the contractor's accounting system. These support functions are to be priced into the composite labor rate and shall not be separately compensated. D. This clause shall not affect the other rights of the parties under FAR 52.243-1, CHANGES-FIXED PRICE (AUG 1987)(ALT II)(APR 1984), including the right of the Contracting Officer to issue unilateral change orders, and the right of the contractor to request equitable adjustment. E. The Estimated Quantity indicated by the Government in Section B is an estimate only, and the Extended Amount indicated by the offeror in Section B is not ordered by award of a contract pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of hours that will be required. The actual number of hours may be greater or less. VI. INSURANCE REQUIREMENTS A. The contractor shall be required to procure and thereafter maintain the following insurance: (1) Ship repairer's legal liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (DEC 2003), in the amount of $300,000.00. (2) Comprehensive general liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (DEC 2003), in the amount of $300,000.00 on account of any one acci¬dent or occurrence with respect to each vessel, boat and barge upon which work is to be performed under this solicitation and the contract resulting therefrom: (3) Full insurance coverage in accordance with the State Workmen's Compensation law; and (4) Full insurance coverage in accordance with the United States Longshore and Harbor Workers' Compensation Act. B. As evidence that he has obtained the insurance specified in this schedule, the contractor shall furnish the contracting officer with a certificate or certificates executed by an agent of the insurer authorized to execute such certificates. Such certificate shall be furnished before commencement of work. Each certificate shall state that (NAME OF INSURER) has insured (NAME OF CONTRACTOR), in accordance with the Liability and Insurance clause and the Insurance Requirements clause contained herein. Each certificate shall set forth that each policy of insurance represented thereby will expire on (DATE) and that each such policy contains the following clause: "It is agreed that in the event of cancellation, or any material change in the policy adversely affecting the interest of the Government in this insurance, thirty (30) days' prior written notice will be given to the Contracting Officer." C. An offeror who proposes to self-insure for any of the risks set forth in the Liability and Insurance clause and in the Insurance Requirements clause contained herein shall submit satisfactory evidence to permit the Contracting Officer to determine that the bidder's assets are sufficient for the risks set forth in such clauses. The bidder shall submit with his offeror two (2) certified copies of documents listing his assets and liabilities and such other information as deemed necessary by the offeror or as required by the Contracting Officer. For approval of self-insur¬ance under the State Workmen's Compensation Law and the United States Longshore and Harbor Workers' Compensation Act, evidence of qualifications as a self-insurer under the applicable compensation statute must be furnished to the contracting officer. VII. Performance: A. Time of Performance Period: 09 June 2010 thru 22 June 2010. B. Place of performance: All work will be accomplished at Contractor's Facility. C. GEO Restrictions: This procurement is not geographically restricted. VIII. Scope of work: See attached specifications IX. The following FAR clauses apply to this solicitation, and offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov or http://www.farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) applies to this acquisition; quotations submitted in response to this RFP must include: Clin number and pricing as shown in Section II and past performance information as prescribed in Section IX. FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Past Performance (b) The Total evaluated price of the Offeror will be determined by totaling the proposed prices of all the Definite Items, plus Option Items, plus lay days extended and plus the composite labor hour extended. a. Definite Items: These are items, which, if there is an award at all will be awarded. The proposal shall be evaluated to include the price for each definite item. b. Option Items: These are items, which, if there is an award at all may be turned on by the Contracting Officer. The proposal shall be evaluated to include the price for each option item. c. Composite Labor Hour Rate: The Offeror shall be evaluated to include the offer price for the Composite Labor Hour Rate multiplied by the estimated quantity of hours. d. Lay Days: The offer shall be evaluated to include the price for three lay days. BASIS FOR AWARD Award, if made, will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, past performance and price will be considered. In selecting the best overall offer, the Government will consider the value of each offer in terms of the best past performance and price. The relative quality of offerors will be based upon their ability to meet or exceed the minimum performance requirements of this solicitation resulting in less risk of nonperformance, defective performance, and late performance under the resulting contract. In selecting the best value past performance will be approximate equal to price. Past performance is approximately equal to price The quality of past performance and relevance of experience to the Coast Guard will be evaluated. The ability to manage and maintain a qualified workforce will be considered. Customer satisfaction will be an integral consideration. In evaluating past performance the Government will consider contracts performed during the last three (3) years. Emphasis will be placed upon the Contractor's administration of the contractual responsibilities. For example: (1) Adequacy of contract start-up. (2) Performance in accordance with proposed method of performance. (3) Sufficiency of proposed personnel to perform contract. (4) Filling of key positions with qualified individuals. (5) Quality performance of work. (6) Response to emergency situations. (7) Schedule adherence (including administrative aspects of performance.) (8) Responsiveness to Government requirements. (9) Performance in accordance with contract requirements. (10) Customer satisfaction. (11) Complete submittals. (12) Timely delivery of paperwork. (13) Timely and accurate invoice submittals. (14) Quality of drawings. (15) Knowledge of Customer Requirements and Expectations. (16) Ability to manage numerous constructions projects occurring simultaneously. 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. The following FAR clauses apply to this solicitation and Offerors may obtain full text versions of these clauses electronically at http://ww.arnet.gov/far: 52.212-1 Instructions to Offeror-Commercial Items Jun 2008 52.212-2 Evaluation Commercial Items Jan 1999 52.212-3 Offeror Representations and Certifications-Commercial Items; ALT I (Apr 2002) Aug 2009 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items Apr 2010 NOTE for 52.212-3: 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. The clauses listed in 52.212-5 are incorporated below: 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 52.219-14 Limitations on Subcontracting Dec 1996 52.219-28 Post Award Small Business Program Representations Apr 2009 52.222-19 Child Labor Cooperation Authorities and Remedies Aug 2009 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-26 Equal Opportunity Mar 2007 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2006 52.222-36 Affirmative Action for Workers with Disabilities Jun 1998 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2006 52.225-1 Buy American Act-Supplies Jun 2003 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.232-30 Installment Payments for Commercial Items Oct 1995 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 DEPARTMENT OF HOME LAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) CLAUSES: HSAR CLAUSE DESCRIPTION DATE 3052.204-71 Contractor Employee Access (Jun 2006) 3052.211-71 Index for Specifications (Dec 2003) 3052.215-70 Key Personnel and/or Facilities (Dec 2003) 3052.217-90 Delivery and Shifting of Vessel (Dec 2003) 3052.217-91 Performance (Dec 2003) 3052.217-92 Inspection and Manner of Doing Work (Dec 2003) 3052.217-93 Subcontracts (Dec 2003) 3052.217-94 Lay Days (Dec 2003) 3052.217-95 Liability and Insurance (Dec 2003) 3052.217-96 Title (Dec 2003) 3052.217-97 Discharge of Liens (Dec 2003) 3052.217-98 Delays (Dec 2003) 3052.217-99 Department of Labor Safety and Health Regulations For Ship Repairing (Dec 2003) 3052.217-100 Guarantee (Jun 2006) 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (Dec 2003) 3052.223-70 Removal or Disposal of Hazardous Substances-Applicable Licenses and Permits (30 days) (Jun 2006) 3052.223-90 Accident and Fire Reporting (Dec 2003) 3052.242-71 Dissemination of Contract Information (Dec 2003) 3052.242-72 Contracting Officer's Technical Representative (Dec 2003) 3052.245-70 Government Property Reports (Jun 2006) Past Performance Submittal Requirements Offeror shall provide past contracts (including Federal, State, and local Government and/or private) for efforts similar to the requirements of this solicitation. The government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The offeror is further reminded that the source selection authority shall determine the relevance of similar past performance information. The offeror shall limit this information to no more than five (5) contracts performed within the last three (3) years, each listed separately. The offeror is requested to provide this information in the following format for each contract: 1. Contract Number, and agency point of contact and telephone number; 2. Ship name, hull number, type, and displacement; 3. Type of availability (dry-dock, dockside, etc) and where performed; 4. Description of Work 5. Original contract commencement and completion dates, actual commencement and completion dates, and explanation of (i.e. reasons for) schedule slippage/extensions, if any; 6. Award and final (award plus growth) contract prices, including the total number of growth work changes and scope of these changes; 7. Discuss problems encountered and the offeror's corrective actions. Offerors may contact Jay McReynolds at (510) 637-5975, jay.s.mcreynolds@uscg.mil for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-10-R-P45ED0/listing.html)
 
Place of Performance
Address: Contractors Facility, United States
 
Record
SN02117500-W 20100411/100409234508-e76163bdb7a90168c6d6a0a992ce2a39 (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.