Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
SOLICITATION NOTICE

R -- PURCHASE OF ENGINEERING SERVICES

Notice Date
5/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-11-Q-PCR058R
 
Archive Date
5/25/2011
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-11-Q-PCR058R. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-50. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541990. The SBA size standard is $7.0 Million. NOTE: This IS A Total Small Business Set-A-Side. The Required Delivery Date is 35 Days after Contract Award Date. FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is MAY/10/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. Anticipated Award Date for the PO Contract is MAY/11/2011, this date is approximate and not exact. Schedule B: Line 1: 1 each Job to provide the Services as described in the attached SOW below. Line Item 2: Estimated Travel Cost Proposal IRT the Services as listed in Line Item 1. Site-Visit If any Offeror would like to conduct a Site-Visit prior to providing their Quotation they may do so at their own Travel and Time/Labor expenses. The USCG/Gov will not pay any Travel Expenses or any other associated Expenses for any Offeror to conduct a Site Visit. Site location is listed in Par 3.0 of SOW below. Please contact the party(s) listed below to request/co-ordinate a Site-Visit. The Primary POC for a Site-Visit is: LT Kurt Higginbotham, USCG 757-638-6660 Kurt.A.Higginbotham@uscg.mil The Secondary POC for a Site-Visit is: LCDR Michael Crider, USCG 757-295-2265 Michael.A.Crider@uscg.mil NOTE the Following Provision is applicable to this acq: IAW FAR 52.219-6 Notice of Total Small Business Set-A-Side (June 2003) The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering overall price, and the proposed manor in which the offeror proposes to accomplish the work as stated in the SOW below. NOTE: The Offerors Proposal must include Specifics and a Detailed Description of Effort on how the Offeror plans to accomplish the Task as listed below in the SOW. Offeros that do not give detail and specifics on how they plan on accomplishing the Task, those offers will be considered Non-Compliant. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2011), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK(SOW) May/02/2011 TITLE: ELECTRONIC RECOVERY PACKAGE (ERP) & PORTABLE TOWER TRAILER (PAT), WEIGHT DISTRIBUTION AND PERFORMACE ASSESMENT / CERTIFICATION Background US Coast Guard Communications project Rescue 21 uses a variety of portable equipment during emergencies. Within this equipment there are trailers that carry portable antennas, flat bed trucks that carry electronics shelters and other equipment. Currently both vehicles have weight distribution problems and possible overloaded GVWR on the ERP. 1.0 SCOPE OF WORK 1.1 Perform weight distribution assessment and certification for ERP & PAT, this includes 2 each F-650 Trucks and 2 each PAT Trailers. 4 assets are to be Weighed. 1.2 Conduct a performance assessment for ERP's Truck capacity. 1.3 Provide three different Recommendations. Each recommendation should correct ALL discrepancies within their respective equipment. All recommendations will include expected weight after solution implementation to include total weight, tongue weight (for PAT) and center of gravity. 2.0 REFERENCES 2.1 Portable Trailer Antenna Operating & Maintenance Manual 2.2 Disaster Recovery Manual 2.3 2004 Ford F-650 Supplement Manual 2.4 Marmond-Herrington All Wheel Drive, Operators Manual 2.5 USCG Motor Vehicle Manual COMDINST M11240.9C 3.0 PLACE AND PERIOD OF PERFORMANCE 3.1 Location: US Coast Guard CAMSLANT Transmitter Site Pungo 1900 Indian River Road Virginia beach, VA 23456 3.2 Contractor must perform Assessment and provide Recommendations/Findings and Reports within 35 days of Contract Award date. 4.0 SECURITY REQUIREMENTS 4.1 Each individual employed under the contract shall be a citizen of the United States of America. Any exceptions must be approved by the Department's Chief Security Officer or designee. 4.2 The Contractor shall have access only to those areas explicitly stated in this contract or approved by the Contract management POC in writing as necessary for performance of the work under this contract. Any attempts by contractor personnel to gain access to any spaces not expressly authorized by the statement of work, other terms and conditions in this contract is strictly prohibited. In the event of violation of this provision, DHS will take appropriate actions with regard to the Contract and the individual(s) involved. 4.3 The Contractor shall include the substance of this Contract in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. 4.4 Contractor employees working on-site at Government facilities shall wear a valid Contractor's identification card and all applicable PPE. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 4.5 Contractor shall provide a list of persons accessing the site, such list must includes at a minimum; full name, citizenship and employer. List and requested performance dates should be submitted one week in advance to the CG POCs specified in section 5.0. 5.0 CONTRACT MANAGEMENT POCs 5.1 USCG TECHNICAL Primary POC. (To be provided at award) 5.2 USCG TECHNICAL Secondary POC. (To be provided at award) 5.3 USCG CONTRACTUAL POC. James A. Lassiter Contracting Officer, USCG 5.4 CONTRACTORS PROJECT MANAGEMENT: Contractor must provide a Project Manager and inform Coast Guard POC of the identity and phone number of this person. Alternate: Contractor must provide an alternate Project Manager for the times the PM will not be available. 6.0 SCOPE OF TASK 6.1 Specific Task Detail: 6.3.1 Contractor shall provide Certified Weighing Equipment and any other additional equipment in order to conduct Assessment on site. ERP & PAT will be moved by CG Personnel from the storage facility to a designated area inside Pungo field for the equipment to be weighed. 6.1.2 Electronic Recovery Package (ERP): ERP is compose of an electronics shelter and a generator with belly tank; mounted to a 2004 Ford F-650 flatbed truck; see reference 2.3 & 2.4 for details. Currently ERP's truck is having performance problems, apparently due to excessive load. Without towing the PAT, truck is unable to attain speeds over 45 MPH on prime surfaces (highways), in addition front axle components are rapidly deteriorating due to overload conditions. Front axle was replaced with Marmond Herrington model MVG 750/R series, rated at 500lbs less than original, see reference 2.4 for details. 6.1.2.1 Weight Certification: Contractor shall weigh the individual ERP components (Electronics Shelter, Generator and Vehicle) separately and as a whole using a Certified Scale in order to present an accurate assessment of the vehicle's weight distribution, current discrepancies and possible solutions (in accordance with 1.3) that allow the ERP to maintain highway speeds up to 65 MPH on all suitable surfaces. 6.1.2.2 ERP towing capabilities: Contractor shall provide a comprehensive analysis of the current ERPs truck feasibility to tow the PAT at highway speeds up to 65MPH. If current vehicle is determined not to be capable of towing the PAT at highway speeds, contractor shall provide recommendations (in accordance with 1.3) regarding potential for modification of the current configuration or a recommendation of an acceptable vehicle that meets both the towing and speed requirement. 6.1.3 Portable Antenna Trailer (PAT): Trailer tongue weight is exceeding the 10 - 15 % of GTW that must be maintained in accordance with reference 2.1 & 2.5. 6.1.3.1 Weight Certification: Contractor shall Weigh PAT using a Certified Scale in order to present an accurate assessment of the trailer's weight distribution, tongue weight, current discrepancies and possible solutions in accordance with paragraph 1.3. 6.1.4 Deliverables: Written Recommendations /Assessments/Findings and Reports 6.1.4.1 All Recommendations /Assessments/Findings and Reports must be Certified by a Licensed Professional Engineer with specialization in Mechanical Engineering or any other Automotive related Engineering. 6.1.4.2 Contractor shall provide a Written Report of all Findings and recommended solutions including: expected downtime for each solution, engineering drawings in accordance with ANSI standards and associated parts list as applicable. Report should include curriculum vitae (CV) of the Professional Engineer specified in 6.1.4.1 6.1.4.3 Copies of current Calibration Certificates for Weighing Equipment specified in 6.3.1 must be included. 6.1.4.4 Two Copies of: Recommendations/Assessments/Findings and Reports shall be on company letterhead and delivered to Coast Guard Technical POC listed in paragraph 5.0. 6.1.4.5 All of above stated in 6.1.4 must be provided within 35 days of Contract Award Date. 7.0 Travel. The Contractor will be required to Travel from his/her facility to the Place of Performance as stated in 3.0 above. All Travel will be paid IAW the JFTR Regulations. The Contractor will be required to provide copies of receipts for all Travel Expenses over $75.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PCR058R/listing.html)
 
Place of Performance
Address: VA. BEACH, Virginia, 23456, United States
Zip Code: 23456
 
Record
SN02438217-W 20110504/110502234709-0dc6adb20af2181cfd9a388ecff85b74 (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.