Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

J -- WEIGHT TEST FLIGHT DECK SAFETY NETS, CGC BERTHOLF, ALAMEDA, CA - Genreral Requirements - drawing - PDF Card Page - Flight Deck Statement of Work

Notice Date
1/20/2011
 
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
HSCG85-11-Q-P45U28
 
Archive Date
2/9/2011
 
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
Flight Deck SOW CGC Bertholf PDF Card page drawings drawings drawings drawings drawings drawings drawings drawings General Requirements 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number is HSCG85-11-Q-P45U28 and is issued as a Request for Proposals. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. This is a 100% small business set-aside procurement. The NAICS Code is 336611 (Ship Building and Repairing) and the Size Standard is 1000 Employees. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. 1. Scope of Work: Weight test of flight deck Safety Nets on board CGC Bertholf, Specs attached. a. Note: Bidding Contractor shall coordinate work efforts with CG inspector, de-conflicting work schedule with other contracts onboard cutter. Highly encourage Supervisor to attend the Daily Production Meeting on board cutter at 0900, location Flight Deck. *** Highly recommend contractor conduct ship check. *** 2. Govt. Property: None 3. Period of Performance: 07 FEB 2011 - 18 FEB 2011. 4. Place of Performance: All work will be accomplished at the cutter's home port, moored at Coast Guard Island - Alameda, CA. 5. Price. Offerors shall insert their firm fixed prices here. tiny_mce_marker________________________ 6. Ship checks can be arranged by contacting: Primary POC: LTJG Brian Lisko, (510) 437-3452 Secondary POC: EMC Neering: (510) 437-2934 Contact POCs to coordinate base/cutter access. Provide personnel list to POCs NLT 48 hours before work is to commence. EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this synopsis/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: 1. Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below for at least three (3) and no more than five (5) contracts for the same or similar items. Provide as a minimum the following applicable information for each contract: a. Contract number, Names of contracting parties or agency, point of contact, specifically the Contracting Officer and the Contracting Officer's Technical Representative (COTR), including email address and telephone number of these identified individuals. b. Ship name, hull type, length, and displacement. c. Type of availability (dry dock, dockside, etc.) and where performed; d. Original contract commencement and completion dates, actual commencement and completion dates, and explanation of (i.e. reasons for) schedule slippage/extensions, if any; e. Award price and final contract price (award plus growth), including the total number of growth work changes and scope of these changes. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 2. Price: The total price will be the evaluated price. (a) 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. EVALUATION APPROACH 1. An evaluation plan has been established to evaluate the factors set forth below and all proposals shall be subject to evaluation by a team of Government personnel in accordance with the plan. 2. The Government will evaluate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offeror's written proposal. The Government reserves the right to contact other government and commercial sources to validate information submitted in a proposal and to assess capability, past performance and responsibility. 3. Proposals, which are unrealistic in terms of price, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risks of the proposed contract. Such proposals may be rejected as unacceptable without further discussions. In addition, the Government reserves the right to eliminate from consideration those proposals as deficient in information as to require a major re-write or revision in order to become acceptable. 4. The technical evaluation factors and other factors other than price, when combined, are approximately equal to price. Price will not be a numerically weighted factor in the evaluation of proposals. If the two or more highest rated technical proposals are considered to be essentially equal in terms of technical competence, price may become the determinative factor in making an award. 5. The Government reserves the right to award a contract on the basis of evaluation of the original submission without discussions or call for Final Proposal Revisions. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation technical capability and past performance are approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals must fully address all Technical Capabilities Factors and Past Performance. No reference to Price shall be included in the Proposal. Proposals must contain the contractor's Tax Information Number, and DUNS Number. Proposals must be received not later than 25 JAN 2010, 11:00 A.M. Local California time. Proposals received after the date and time specified will not be considered. Proposals may be submitted as an attachment to an e-mail addressed to: Brenda.l.lentz@uscg.mil. 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-Commercial Items (Jun 2008). FAR 52.212.2, Evaluation-Commercial Items (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included. 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2010). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232.33. FAR 52.246-4 Inspection of Services-Firm Fixed Price. (AUG 1996) The following additional Clauses are incorporated by reference: FAR 52.222-20 Walsh-Healey Public Contracts Act (Dec 1996) HSAR 3052.209.70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) I.2 DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) CLAUSES: 3052.211-71 Index for Specifications 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 3052.217-95 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 Repair DEC 2003 3052.217-100 Guarantee (60 DAYS) JUN 2006 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work DEC 2003 3552.22370 Removal or Disposal of Hazardous Waste (FILL IN - 30 Days) JUN 2006 3052.223-90 Accident and Fire Reporting DEC 2003 3052.228-70 Insurance DEC 2003 3052.242-70 Dissemination of Contract Information DEC 2003 3052.242-72 Contracting Officer's Technical Representative DEC 2003 3052.245-70 Government Property Reports JUN 2006 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 accident or occurrence with respect to each cutter, boat and barge upon which work is to be performed under this solicitation and the contract resulting there from; (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 offeror's assets are sufficient for the risks set forth in such clauses. The offerors shall submit with his offer two (2) certified copies of documents listing his assets and liabilities and such other information as deemed necessary by the Bidders or as required by the Contracting Officer. For approval of self-insurance 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. Offerors may contact Brenda Lentz at (510) 637-5941 or Brenda.l.lentz@uscg.mil for information regarding the solicitation. OMBUDSMAN NOTICE NOTICE FOR FILING AGENCY PROTESTS 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 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 a 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 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 protests 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 below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-Q-P45U28/listing.html)
 
Place of Performance
Address: CGC Bertholf, Coast Guard Island, Alameda, California, 94561, United States
Zip Code: 94561
 
Record
SN02363640-W 20110122/110120234627-657f6dbfa88cd24e61a42d8ab8017a07 (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.