Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

20 -- Storage and Distribution - Statement Of Work

Notice Date
4/12/2010
 
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 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-60223
 
Archive Date
5/28/2010
 
Point of Contact
Tammy J. Forwood, Phone: 4107626228, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
OMBUDSMAN JOTFOC Statement Of Work (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-60223 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (iv) This procurement is set aside for small businesses. The North American Industry Classification System (NAICS) code is 336611 and the size standard is 1,000 employees for the requirement. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) CLIN0001: STORAGE AND DISTRIBUTION OF U.S. COAST GUARD ASSETS. IN ACCORDANCE WITH ATTACHED STATEMENT OF WORK. QUANTITY: 1 YEAR Period Of Performance: 5/14/2010 to 5/13/2011 OPTION CLIN0002: OPTION YEAR - STORAGE AND DISTRIBUTION OF U.S. COAST GUARD ASSETS. IN ACCORDANCE WITH ATTACHED STATEMENT OF WORK. QUANTITY: 1 YEAR Period Of Performance: 5/14/2011 to 5/13/2012 It is anticipated that a non-competitive sole source purchase order will be issued for this requirement to Todd Shipyards Corporation. It is the Government's belief that only Todd Shipyards Corporation can provide these services. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these services by submitting: (1) Verification that they can provide this requirement (2) Verification that they can obtain the required transportation. (3) Verification that they have proper equipment for material in excess of 6000 pounds. Other potential sources desiring to furnish this requirement are required to submit the following information within 3 working days of this announcement for the evaluation purpose. The submission of this data for review will not impede the award of this solicitation. The government does not intend to pay for any information solicited. (1) Complete and current engineering data to demonstrate the acceptability of proper equipment for material moves. (2) Data for the required equipment to move assets and transporation to rail car or barge. (vi) Place of Administration: U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road Baltimore, MD 21226-5000. ATTENTION: HSCG40-10-P-60223. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can furnish this requirement, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The award will be made 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: TECHNICAL EVALUATION FACTORS 1. OFFEROR SHALL HAVE THE ABILITY TO MOVE MATERIAL IN EXCESS OF 6000 POUNDS. 2. OFFEROR SHALL HAVE THE ABILITY TO LOAD MATERIAL DIRECTLY FROM STORAGE LOCATION TO RAIL CAR OR BARGE. The Government will award to lowest price technically acceptable based on the above Technical Evaluation Factors. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) Offerors shall include a completed copy of the provision with their offer. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: A. 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C. 632(a)(2)). B. 52.222-3, Convict Labor (June 2003)(E.O. 11755). C. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126). D. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). E. 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). F. 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998)(29 U.S.C. 793). G. 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). H. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). I. 52.222-50, Combating Trafficking in Persons (Feb 2009). J. 52.222-54, Employment Eligibility Verification (Jan 2009)(E.O. 12989). K. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). L. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) M. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alt I N. 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). O. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (xii). 52.217-5, Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (xiii). 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. (xiv). The following items are incorporated as addendum to this solicitation: HSAR clause 3052.209-70 (USCG) (DEC 2003), Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. HSAR 3052.223-90, Accident and Fire Reporting (DEC 2003) HSAR 3052.242-17, Dissemination of Contract Information (DEC 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (DEC 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xv). 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (xviii). 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) calendar day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) years. (xix) QUOTES ARE DUE BY 6:00 AM EST on April 19, 2010. Quotes may be faxed to (410) 762-6008 or emailed to Tammy.J.Forwood@uscg.mil. Contractors are responsible for verifying receipt of their quotes. The Government will not accept questions after 12:00PM EST on April 13, 2010. (xviii) POC is Tammy Forwood, USCG Contract Specialist, 410-762-6228.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60223/listing.html)
 
Place of Performance
Address: Place Of Administration: U.S. Coast Guard Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD 21226-5000 Attention: HSCG40-10-P-60223, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN02119240-W 20100414/100412234733-6e901f45fc6035a695313ea795583f47 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.