Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOLICITATION NOTICE

J -- DRY-DOCKING & REPAIR OF CG 45310 - Solicitation Package

Notice Date
4/11/2011
 
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
HSCG40-11-Q-P30EH4
 
Archive Date
5/11/2011
 
Point of Contact
Ryan R. DelaCruz, Phone: (510)637-5989, Kelly Wyatt, Phone: (410)762-6472
 
E-Mail Address
Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet Specifications (CG 45310) This is a combined synopsis/solicitation, HSCG40-11-Q-P30EH4, for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-51 (APR 2011), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611 and the Small Business Size Standard is 1000. This is a 100% Total Small Business Set-aside 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 the DRY-DOCKING and repair of CG 45310 from USCG ANT Cape May. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program 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 This requirement is to provide all labor, materials, and equipment to accomplish the following IAW the provided specifications. Please see attached Excel Spreadsheet for work items DEFINITE ITEMS: $ OPTION ITEMS: $ TOTAL DEFINITE and OPTION: $ Quote for Composite Labor Rate Labor Hour Rate Estimated Quantity Estimated Amount $ X 80 HOURS = $ Quote for Lay Days Lay Day Rate Estimated Quantity Estimated Amount $ X 3 DAYS = $ B. Performance will commence on 25MAY2011 and complete no later than 29JUN2011. C. Place of Performance: All work to be accomplished at a Contractor provided facility located within 140 nautical miles of Coast Guard ANT Cape May, 1 Munro Avenue, Cape May, NJ 08204-5081, with transit routes restricted to navigable inland or near coastal waterways. D. Description of Requirement: All work will accomplished in accordance with the specification, available on www.fbo.gov, or from the Contracting Officer, phone (510) 637-5989 or email ryan.r.delacruz@uscg.mil. FAR 52.212-2 EVALUATION - Commercial Items The Government will award a contract resulting from this 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 and are listed in descending order of importance: (a) Past Performance information. (b) Total Evaluated Price Past performance is significantly more important than cost or price. 1) Past Performance: The offeror shall identify at least two (2) relevant (construction, overhaul, repair and alteration of ships) and current federal, state or local government or private contracts performed during the last three (3) years. For each contract, list: a. Contract number and customer point of contact (with telephone numbers) b. Dollar value of the contract (Original and Final) c. Type of service performed and whether Prime or subcontractor d. Required completion date for the contract e. Date the services were actually completed f. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, Cost Type) h. Percentage of growth in contract price (Additional work divided by award price) 2) Total Evaluated Price: The aggregate price determined by totaling the offer price for the definite items, plus the composite labor hour extended total, plus lay days extended amount, plus foreseeable cost factors. • Foreseeable cost factors: The Coast Guard will incur certain costs for transiting the cutter from and back to its home moorage and other support during performance of the contract. The offer will be evaluated to include foreseeable costs as follows: o OPERATING COST: The boat's fuel and maintenance cost for one round trip from the respective boat's home moorage, Cape May, NJ, to the contractor's place of performance at $968.00 per operating hour. o TRAVEL, RENTAL CAR, PER DIEM: Foreseeable costs for travel, rental cars, and per diem as indicated below shall be evaluated whenever the location of contract performance is greater than 50 geographical road miles from the indicated points of origin listed below.  Travel costs (based on Government Contract carrier rates in effect at time of the quote evaluation): • NESU Portsmouth Port Engineer: Four (4) round trips from Portsmouth, VA  Rental cars (based on GSA Contract daily rate for geographic area in effect at time of the quote evaluation): • NESU Portsmouth Port Engineer: Eight (8) days  Per Diem (based on rates established for the geographic location of contract performance by the Joint Travel Regulations for travel): • NESU Portsmouth Port Engineer: Eight (8) days The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these provisions electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2011) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at orca.bpn.gov. The following FAR Clauses apply to this solicitation: Offerors may obtain full text versions of these clauses electronically at www.arnet.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alt 1(Oct 1995) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-8, Utilization of Small Business Concerns (Dec 2010) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-1, Buy American Act-Supplies (Feb 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) CLAUSES: 3052.211-71, Index for Specifications (Dec 2003) 3052.217-90, Delivery and Shifting of Vessel (Dec 2003) 3052.217-91, Performance (Dec 2003) 3052.217-92, Subcontracts (Dec 2003) 3052.217-94, Lay Days (Dec 2003) 3052.217-95, Liability and Insurance (Dec 2003) 3052.217-95, Title (Dec 2003) 3052.217-97, Discharge of Liens (Dec 2003) 3052.217-98, Delays (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) 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 3052.245-70, Government Property Reports (Jun 2006) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 26APR2011 at 2:00p.m. Pacific Standard Time. Offerors may contact Ryan dela Cruz at (510) 637-5989 or via email ryan.r.delacruz@uscg.mil for information regarding this solicitation. Any Contractor's Requests for Clarifications shall be answered via amendment to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-11-Q-P30EH4/listing.html)
 
Place of Performance
Address: Contractor provided facility located within 140 nautical miles of vessel's homeport, ANYWHERE, New Jersey, United States
 
Record
SN02421354-W 20110413/110411234047-ac5a5140774a22169e01490f9d9c5c22 (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.