Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

20 -- USCGC ACTIVE BOILER REPAIRS - Package #1

Notice Date
7/14/2011
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45UF6
 
Archive Date
8/13/2011
 
Point of Contact
Douglas G Landau, Phone: (757) 628-4638, Arlene V Woodley, Phone: (757) 628-4645
 
E-Mail Address
Douglas.G.Landau@uscg.mil, Arlene.V.Woodley@uscg.mil
(Douglas.G.Landau@uscg.mil, Arlene.V.Woodley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATION FOR BOILER REPAIRS 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. Quotations are being requested, and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotations. The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. the NAICS Code is 336611 with a Small Business Size Standard of 1,000 employees. The solicitation number is HSCG80-11-Q-P45UF6. A Firm Fixed Price award for Definite Items is anticipated. Place of Performance and Period of Performance: USCGC ACTIVE (WMEC-618) will be home ported at USCG Group Port Angeles, Ediz Hook, Port Angeles, WA 98362, for this availability. The period of performance is fourteen (14) calendar days with a start date on or about August 10, 2011 - August 26, 2011. For ship access, please contact LT N. Ben Anderson at (360) 417-5970. (a) The Contractor shall furnish all necessary labor, material, equipment and such other things as are necessary, except as otherwise specified, to perform Dockside repairs, and alterations to the vessels, in accordance with this solicitation and attached USCGC ACTIVE (WMEC-618), 210 Foot A Class Medium Endurance Cutter specification, dated June 10, 2011/Revision-0 ). (b) Failure to read the specification in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk. Each quoter shall furnish the information required by the solicitation. PRICING DATA: CLIN 1-D - DEFINITE ITEM: Remove and Install New Boiler Shell, Tube and Burner Assemblys 1 JOB @ tiny_mce_marker___________________________ CLIN A-0 - OPTION ITEM: Composite Labor Rate 80 HOURS @ tiny_mce_marker______________________ CLIN B-D - DEFINITE ITEM: GFP 1 NSP @tiny_mce_marker______NSP______________________ CLIN Z-D - DEFINITE ITEM: Travel and Per Diem 1 JOB @ tiny_mce_marker___________________________ Total All: tiny_mce_marker___________________________ Refer questions Douglas G. Landau, Contract Specialist (757) 628-4638 or douglas.g.landau@uscg.mil or contact Arlene Woodley, Contract Specialist at (757) 628-4645 or arlene.v.woodley@uscg.mil. Quotes must arrive no later than 3:00 pm (Eastern Time) July 29, 2011. Quotes may be sent via the U.S. Postal Service or hand delivered to: Surface Forces Logistics Center, Contracting and Procurement Division, ATTN: CPD-C&P1-MECPL Section/Mr. Douglas G. Landau, 300 E. Main Street, Suite 550, Norfolk, VA 23510. As per FAR 52.215-5, FACSIMILE PROPOSAL (OCT 1997), offerors may submit facsimile quotes as response to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. The telephone number for receiving facsimiles is: (757) 628-4562. Quotes to be submitted FOB Destination, Inspection and Acceptance is at destination. Vendors should include warrantee term and conditions and prompt payment discounts with their quotation. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required. 52.252.2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one more clauses by reference, with the same force and effect as if they were given full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.dhs.gov/dhspublic. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) FAR 52.211-15 Defense Priorities and Allocation System Rating (Apr 2008) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-1 Notice to the Government of Labor Disputes (Feb 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt 1 (July 1997) FAR 52.222-19 Child Labor Cooperation with Authority Remedies (Jul 2010) FAR 52.222-39 Reserved FAR 52.223-18Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-1 Buy American Act Supplies (Feb 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases ( Jun 2008) FAR 52.245-4 Reserved HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217.92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of Liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (JUN 2006) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies (with the exception of paragraph f). Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) with its offer. The provision at FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. The provision at FAR 52.212-3, Offeror Representations and Certification - Commercial Items (June 2008). Vendors are required to submit, a complete copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations 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. (End of Clauses). The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) CONTRACTING OFFICER'S AUTHORITY No oral or written statement of any person other than the Contracting Officer will any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. REQUIRED INSURANCE The Contractor shall, at tits own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.217-95, Liability and Insurance (USCG) (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairer's Liability - $500,000.00 per occurrence. 2. Comprehensive General Liability - $500,000.00 per occurrence. 3. Full insurance coverage in accordance with the United State's Longshoremen's and Harbor Worker's Act. 4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. MAINTAINING, REPORTING AND DISPOSING OF GOVERNMENT PROPERTY IN THE PERFORMANCE OF A SHIP REPAIR CONTRACT (APR 2001) 1. The Government Property Clause incorporated by reference delineates the contractor's overall responsibility when taking possession of government property in performance of a contract. In performance of this contract the contractor will be required to properly identify, track and control property within its possession. This includes, a) property furnished by the government (GFP to the contractor in conjunction with specific CLIN Items. Theses items and their values are listed in the specification, b) property that is pre-existing in a location that during the course of performance will be replaced or renewed. 2. The items listed in specification, as government furnished property will be provided in the quantities designated. Government furnished property may be provided in person by an official Coast Guard employee, shipment via commercial carrier, etc. The contractor shall sign for all government furnished property using either a DD Form 1149, entitled, "Requisition and Invoice/Shipping Document" or a DD Form 1348 must, entitled, "Issue Release/Receipt Document". A copy of the DD 1149 or DD 1348 must be sent within 48 hours of receipt of property, to the designated Government Property Administrator. The name of the individual assigned as Property Administrator will be furnished to the contractor at time of award. The contractor shall not take receipt of property that is not listed in the specification, has not been previously identified as becoming part of the contract (via contract modification) or which otherwise cannot be identified. Such irregularities shall be immediately reported to the Property Administrator. 3. The contractor shall complete the report provided herein, entitled, "Government Property Report". This report is intended as a living document whereby relevant fields shall be filled in, maintained and kept current at all times. All property described in paragraph 1 (a, and b) above shall be reported on the report. At contract completion the contract and the Property Administrator shall ensure that all fields are appropriately completed. A signature block is provided at the end of the report for both parties to attest to the report's accuracy and completeness. The Government Property Report shall clearly delineate the complete track that all government property took over the course of the contract. This completed report must accompany the contractor's final invoice. Final payment may be delayed, without penalty of interest, until such time as the report is received. A separate copy o the completed report and any final DD 1149s or DD1348s executed, as a result of carrying out disposition instructions shall be provided to the Property Administrator. 4. Pursuant to the Government Property Clause the authority to render disposition instructions of Government property associated with this contract is delegated to the Property Administrator. The contractor shall comply with all instructions in the contract for the return of government property returned to the vessel (special tools, etc.) or surplus government property not used during performance of the contract. CONTRACT DEFICIENCY REPORT The Contracting Officer or Contracting Officer Representative (COR) may issue a Contract Deficiency Report, Form SFLC 005-1. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved the Contracting Officer, to the COR. The COR will comment on the contractor's response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the contractor, the NESU and Availability/Assist Program Manager (APM). The Contracting Officer will make the final response to the contractor in writing. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential quoters who believe that a Coast Guard solicitation 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 quoter should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, DC 20593 Telephone: (202) 267-2285 FAX: (202) 267-4011 Potential quoters should provide the following information to the Ombudsman on order to ensure a timely response: Solicitation number, Contracting Office, Contracting Officer, and solicitation closing date. Defense Priorities and Allocations System (DPAS) Rating: DO A3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45UF6/listing.html)
 
Place of Performance
Address: USCGC ACTIVE, USCGC GROUP PORT ANGELES, EDIZ HOOK, PORT ANGELES, Washington, 98362, United States
Zip Code: 98362
 
Record
SN02499459-W 20110716/110714235739-06c1a6da6d10e9ff6788dd347ea43a44 (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.