Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
MODIFICATION

20 -- USCGC CAMPBELL WMEC 909 MARINE BERTHING

Notice Date
8/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027, United States
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-10-Q-DMSA03
 
Archive Date
9/24/2010
 
Point of Contact
Jane H McKenzie, Phone: 617-223-3159
 
E-Mail Address
jane.mckenzie@uscg.mil
(jane.mckenzie@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HSCG24-10-Q-DMSA03 is changed to delete the requirement in Section 5.1 Contractor Task"Berths--delete only the requirement for contractor to supply curtains--USCGC CAMPBELL has the curtains but needs the hardware the curtains are attached by. This is a solicitation 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. HSCG24-10-Q-DMSA03 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. This is a 100% Small Business Set Aside the applicable NAICS code is 332999 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCGC CAMPBELL (WMEC 909), c/o Portsmouth Naval Shipyard, John Paul Jones Avenue, Bldg 171, Kittery ME 03904. Delivery is expected eight weeks after award (award expected on or before 17 Sept 2010). Ship's force will install berths. Offers are due at: USCG BSU Boston, 427 Commercial st, Boston MA 02109 by the Close of Business on 09 September 2010. Per FAR 52.215-5 Facsimile proposals are allowed and should be faxed to 617-223-3145 referencing HSCG24-10-Q-DMSA03. CONTRACTOR TASK FOR DECK BERTHING REHABILITATION 27 AUG 2010 1. PURPOSE 1.1 The purpose of this task is to solicit information regarding the replacement of 21 marine berths for USCGC CAMPBELL (WMEC 909). 2. TASKING 2.1 BERTHS: The cutter requires seven (7) three high berths each with lockers, panels, rear stanchions and all mounting hardware as described in reference 4.1 to be delivered eight weeks or less time upon award of contract. The berths shall be of aluminum construction. Dimensions for each berth shall be 79-1/4 inches by 27-3/4 inches by 90-1/4 inches. The mattress clearance shall be 20 inches. The required color is Navy Grey, Fed. Std. 595 No. 26307. 3. TECHNICAL NOTES - None. 4. REFERENCES 4.1 Type I, 3-High~3 Lockers, as seen in Naval Surface Warfare Center Carderock Division Furniture Catalog, S9600-AD-GTP-010, page Berths (Enlisted Personnel), B-1 B-1 at http://www.dt.navy.mil/code97/9780/Furniture files/page_1.html. 5 PERFORMANCE - Contractors to provide delivery date after receipt of order with quote. USCGC Campbell to install lockers. USCGC CAMPBELL will not be able to install berths until at least mod October 2010. 6. NOTES 6.1 Homeport of USCGC CAMPBELL is Kittery, ME. All furnishings shall be shipped to the following address: Commanding Officer USCGC CAMPBELL (WMEC 909) c/o Portsmouth Naval Shipyard John Paul Jones Avenue, Building 171 Kittery, ME 03904 phone: (207) 438-6880 fax: (207) 438-2819 Additional contract requirements, terms and conditions, if any {warranties, submittals, financing}: Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/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 (Jun 2008); there no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated. Evaluation -adherence to technical specifications is most important evaluation criteria, then price, delivery, past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); ;52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). FACSIMILE PROPOSALS (OCT 1997) FAR 52.215-5 (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of facsimile receiving equipment is (617) 223-3145. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance o the essential requirements of the solicitation cannot be ascertained from the document --- (1) The Contracting Officer shall immediately notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror, and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. As prescribed in 4.1403(a), insert the following clause: Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (a) Definitions. As used in this clause: "Executive" means officers, managing partners, or any other employees in management positions. "First-tier subcontract" means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost. "Total compensation" means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year at http://www.ccr.gov, if- (i) In the Contractor's preceding fiscal year, the Contractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor's preceding completed fiscal year at http://www.fsrs.gov, if- (i) In the subcontractor's preceding fiscal year, the subcontractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. (End of clause) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCB/HSCG24-10-Q-DMSA03/listing.html)
 
Place of Performance
Address: Delivery to: USCGC CAMPBELL, c/o Portsmouth Naval Shipyard, John Paul Jones Ave., Bldg 171, Kittery ME 03904, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN02261139-W 20100901/100830235846-0f58a08598e853c88d7cf3ad6461b97a (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.