Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

J -- REPLACEMENT OF HELO HANGAR,CGCBERTHOLF,ALAMEDA,CA - helo hangar curtains

Notice Date
6/2/2010
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG85-Q-P30KC3
 
Archive Date
6/30/2010
 
Point of Contact
Brenda L. Lentz, Phone: 510-637-5941
 
E-Mail Address
brenda.l.lentz@uscg.mil
(brenda.l.lentz@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
specs for hangar curtains specs for hangar curtains specs for hangar curtains specs for hangar curtains specs for hangar curtains specs for hangar curtains specs for hangar curtains specs for hangar curtains 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 HSCG85-10-Q-P30KC3 and 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 05-24. The NAICS Code is 333611. The small business size standard is 500. This is an unrestricted procurement; all 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. The requirement is for Solicitation for the replacement for CGC Bertholf's helo hangar curtains at Coast Guard Island Alameda at the Bertholf's moorings. The period of performance is July 6 - July 23 2010. The specs are attached to the solicitation. Currently Bertholf is drydocked at Vigor Marine (formerly Cascade General) in Portland, OR. References are: Tech Pub 7181 Special Purpose Closures and Structures (helo-hangar doors), 750-WMSL 169-1 Helo Hangar Door Installation. Two new powder coated curtain assemblies with roller wind and end locks. Federal Equipment P/N HH3060, will be provided as GFE. All work shall be completed IAW Coast Guard tech pub 7181 (attached). An operational test of the hangar doors shall be performed, a CFR indicating proper operation in all modes and tracking of existing door shall be submitted before any work is conducted. Secure and Tag-out all electrical components. Contractor shall install bottom bar assembly, rehang curtains and install all removed components, adjust and test operate curtains. IAW above listed tech pub. Care shall be taken to protect curtains during reassembly so that the newly powder coated surfaces do not become chipped or scratched. Repaint any areas to match. Where new paint is to be merged into the existing paint system, feather into the surrounding paint. Apply paint to surfaces only if they are dry and free of sand, dust, grease, or any foreign material. Apply paint only if surface is five or more degrees F. above the dew point. Contractor shall protect surrounding areas of both interior of hangar and exterior of superstructure. Additionally, contractor shall repaint any damaged insulation around the work area. Any time the curtains are removed for longer than a 3 hour period and no work is being performed, the opening of the hangar shall be completely protected from the weather by tarping the opening while the curtains are removed. The tarp shall be rigged in such a way to allow for ships force to vary the height/opening of the tarp to allow for traffic flow and receipt of stores. During the performance of this work, all maintenance indicated in Table 2.1 on page 2.4 shall be performed. The contractor is responsible for the purchase of the required grease and oils to perform the maintenance. All used oil shall be disposed of IAW all local, city, state and federal laws. Submit a CFR indicating the date and maintenance performed. Upon completion of installation, clear tag-outs and restore power. An operational test shall be performed in all modes to verify proper operation, submit a CFR. In the event the contractor is unable to properly operate the curtains in all modes after work is completed, it is the contractor's responsibility to have a representative from the OEM, Federal Equipment Co. (513) 621-5260, to be on site to make all necessary adjustments to the curtain assemblies. Contact SK1 Brenda Lentz for cutter POCs and cutter access. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSC85-10-Q-P30KC3; (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 (JUNE 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MARCH 2009). 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: 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246) (MARCH 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2006); 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) (SEPT 2006); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a - 10d) (FEB 2009);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (JUNE 2008); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Closing date/time for submission of quotations is 12 MAR 2008 at 5:00 P.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 MLCPAC (vpl), 1301 Clay Street, Suite 807N, Oakland, CA 94612, Attn: Brenda L. Lentz. (510) 637-5941. Electronic offers submitted via FAX to (510) 637-5978 or by email to Brenda.l.lentz@uscg.mil are acceptable and encouraged*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-Q-P30KC3/listing.html)
 
Record
SN02165711-W 20100604/100602234744-3a8d0d2f835d826549a5c49a17998adf (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.