Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

J -- HYDROSTATIC TESTING OF FIRE HOSES, CGC BERTHOF, ALAMEDA, CA - SOW hydro hoses

Notice Date
6/14/2010
 
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
HSCG85-10-Q-P30LB0
 
Archive Date
7/10/2010
 
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
Total Small Business
 
Description
Statement of work ; hydrostatic testing of the fire hoses. 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-P30LBO 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 a restricted procurement; 100% small business set aside. 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 foContractor to provide all labor and materials to conduct hydrostatic testing of CGC BERHOLF's fire fighting hoses, IAW Maintenance Procedure Cards, R-A-Z02B and R-A-Z025 (attached) and the scope of work below. CGC BERTHOLF is moored Coast Guard Island, Alameda CA. Period of performance is July 12-17. CUTTER POCs- Phone (510) 437-3454, ENS POORE DCC CHAIRMONTE. Cutter POCs will coordinate base and cutter access. Provide personnel list to POCs NLT 72 hours before work is to commence. 3.2.2.1 Remove or protect all interferences. 3.2.2.2 In company with the COTR/CG Inspector, sketch or otherwise record all compartmental, damage control, safety, system markings/identification labels in the work area that will be removed or disturbed by the required coating repairs/renewals. At this time also note cleanliness of work and adjacent areas for post work comparison. This sketch is for the Contractor's use in restoring these markings upon completion of work, and ensuring area cleanliness. Obtain verification of cleaning from the Coast Guard Inspector. 3.2.2.3 The intent of this job is to hydrostatically test 219 nylon jacketed fire hoses. Contractor should allow for a growth of 10% in the actual total numbers of hoses in each size and jacket material due to shipboard configuration changes. 3.2.2.4 The procedure to accomplish this work is outlined in MPC R-A-Z025. The Coast Guard Inspector shall direct the Contractor to the first thirty 1 ½ inch nylon jacketed fire hoses from stock to begin a rotating pool. After the Contractor has stenciled, tested, and reinstalled these hoses, the Coast Guard Inspector will inform the Contractor of the next thirty hoses to be tested. Stencil size for all hoses shall be one inch. Stencils shall be block style. Stenciling shall be made within 03 feet of the male ends. The Contractor shall remove a designated hose and replace it with a previously tested hose. At no time shall a fire station be left without a hose. This process shall be repeated until all 219 hoses have been completed. The Coast Guard Inspector shall provide the 2 ½" nylon jacketed hoses to the Contractor for testing. After completion of testing, the Contractor will return the 2 ½ hoses to the Coast Guard Inspector. 3.2.2.5 The Coast Guard Inspector shall direct the contractor to the first 30 hoses to be tested from stock to begin a rotating pool. After stenciling, testing, and reinstallation of hoses, contractor will be directed to the next 30 until all hoses have been tested. 3.2.2.6 Hoses not meeting minimum testing criteria or failing hydrostatic testing shall be turned over to the Coast Guard Inspector for disposal. Contractor shall provide new hose gaskets for each hose if required. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-10-Q-P30LB0; (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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-10-Q-P30LB0/listing.html)
 
Place of Performance
Address: Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN02176948-W 20100616/100614234724-5bbc5ccbf6bbed455a77ffd0b6a30981 (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.