Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

20 -- HULL PLATING (SIDE-SCAN) ULTRASONIC TESTING 110 WPB - SPECIFICATION FOR SIDE SCAN

Notice Date
11/22/2011
 
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
HSCG80-12-Q-P45394
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCHEDULE OF SUPPLIES/SERVICES SPECIFICATION FOR HULL PLATING (SIDE SCAN) ULTRASONIC TESTING 110 WPB This combined synopsis/solicitation HSCG80-12-Q-P45394 for commercial items is 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; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54. This is a100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. A. REQUIREMENT: Contractor shall provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "SCHEDULE" IAW the provided specification. Contractor shall provide valid copies of ASNT certificates of personnel performing various duties as stated at 3.2.1 Testing company and personnel. B. PERIOD OF PERFORMANCE: is SEVEN (7) calendar days. Schedule is listed below: 1. CGC WRANGELL 17-23 Jan 2012 2. CGC AQUIDNECK 1-7 May 2012 C. PLACE OF PERFORMANCE: All work to be accomplished at the contractor's drydock facility in the Kingdom of Bahrain. D. DESCRIPTION OF WORK (also see separate attached specification): WORK ITEM 1: Hull Plating (Side Scan), Ultrasonic Testing 110' WPB 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to perform thickness measurements of underwater (u/w) hull plating and freeboard up to the data couple by ultrasonic side scan method. Works to be performed at one of the following address shipyards onboard USCGC WRANGELL, USCGC AQUIDNECK. Arab Shipbuilding and Repair Yard, Kingdom of Bahrain Bahrain Ship Repair & Engineering Company, Kingdom of Bahrain Point of contact shall be CWO Donnie Boyer W: (757) 628-4565 C: (757) 414-3093 Period of Performance for the Side Scans will be as follows: CGC WRANGELL: 01/17/2012 - 1/23/2012 CGC AQUIDNECK: 05/01/2012 - 05/07/2012 1.2 Government-furnished property. None. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 110B WPB 111-003, Rev H; Shell Expansion (For B & C class 110's) Coast Guard Drawing 110 WPB 111-001, Rev A; Shell Expansion (For A Class 110's ONLY) Coast Guard Drawing 110 WPB 85-2, Rev -; Docking Plan COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Jan 2009, General Requirements OTHER REFERENCES American Society for Nondestructive Testing (ASNT) SNT-TC-1A, 2006, Recommended Practice for Nondestructive Testing Personnel Qualification and Certification 3. REQUIREMENTS 3.1 General. The Contractor shall use drawings listed in Section 2 herein as guidance during the performance of work specified herein. 3.1.1 Interferences. The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): - Docking blocks. 3.1.2 Work coordination and preparation. The Contractor shall plan all specified vessel work detailed in this specification package to ensure the side scan survey does not necessitate a work stoppage. Abide by the following guidance, to facilitate the ultrasonic survey: • Ensure and verify with the Coast Guard that all u/w body and entire freeboard surface preparation and primer coat application tasks are completed by the prime shipyard contractor within ten days of lifting the vessel. • Prior to side-scan survey, inspect interior and bilge plating for the presence of bubbles of rusted metal; break up and remove all rust bubbles with a small hand tool, to facilitate accurate survey results. 3.2 Side scan requirements and procedures. 3.2.1 Testing company and personnel. The Contractor shall provide the services of a qualified ultrasonic testing company, with suitable side scan equipment, to conduct a "Scanning Crawler Automated Test" of the vessel's u/w hull plating and entire freeboard up to the data couple for the presence of metal corrosion and deterioration. The Contractor shall ensure the following: • Follow the ASNT Recommended Practice No. SNT-TC-1A 2006 for all personnel qualification and certification. • All scanning shall be completed by a certified automated scanner with a proven history and certificate of qualifications. • Provide an ASNT Level III analyst on site during the entire scanning process to oversee the project and evaluate all data obtained during scanning. • Provide an ASNT Level III or II analyst to verify with a hand held meter all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.2.3. • Provide all qualified personnel required to complete the requirements contained herein at an on-site location. 3.2.2 Coast Guard notification. The Contractor shall normally complete and plan on completing all required work within 7 calendar days any extension will require a Condition Found Report provided to the Coast Guard COTR. 3.2.2.1 Provide a daily update to the COTR on all areas inspected and potential issues or schedule changes. 3.2.2.2 Notify the COTR at least 3 days prior to completion for an onsite review of readings and repair areas. 3.2.2.3 The contractor shall not directly cause delays or work stoppages to the drydock work scheduled during the scanning process. The Contractor may be charged for associated cost if they are found to have been the cause for delays in the drydock work schedule. 3.2.3 Scanning parameters. The Contractor shall follow all recommended guidelines, procedures, and practices as defined by ASNT for Ultrasonic Non-Destructive Testing as follows: • For "A" Class 110' WPB's reference CG Drawing 110 WPB 111-001, Rev A; Shell Expansion • For "B" & "C" Class 110' WPB's reference CG Drawing 110B WPB 111-003, Rev H; Shell Expansion 3.2.3.1 Scanning resolution shall be set to (.5" x.5"). 3.2.3.2 The automated scanning resolution shall, at a minimum, be calibrated at the beginning and end of each day. The calibration process must include the comparison of the results of the automated scanner to the results of the calibrated hand held gauge at a specific point on the hull. This shall be done in the presence of the designated Coast Guard Inpsector. 3.2.3.3 The waveform for each point collected shall be saved and made available to the US Coast Guard for four years after the inspection. 3.2.3.4 The automated scanning machine must cover all areas of the hull (below the water line and entire freeboard area) up to a maximum of six inches around obstacles. Acceptable obstacles include sea suctions, discharges, rudderposts, anodes, stern tubes, drydock blocks and areas blocked by immovable scaffolding or shipyard activity. 3.2.3.5 All areas within six inches of obsticles and not covered with the automated scanner (as listed in paragrah 3.2.3.4) shall be scaned with a hand held meter set to a resolution of 2.0" x 2.0". 3.2.3.6 All hand held scanning shall follow these parameters: • The contractor shall calibrate the hand held meter each time it is powered up for use using an ASNT certified calibration block made of mild steel. • The contractor shall scan all areas within six inches of the obsticles listed in paragrah 3.2.3.4 and not covered with the automated scanner using a hand held meter set to a resolution of 2.0"x2.0". • The cotnractor shall provide supplemental hand held readings in accordance with paragrpah 3.2.1 on any area of the hull identifed as thinner than the criteria for repair defined in paragraph 3.2.3.8. • The contractor shall scan any areas where the automated scanner lost data due to sharp dents, surface irregularities, roughness, etc. using a hand held meter with a resolution set to 1.0" x 1.0". 3.2.3.7 The start point of each scan shall be clearly identified on the hull for reference. 3.2.3.8 All platting (Under-Water Body and Freeboard) shall adhere to the following evaluation criteria: 4-5 LB plate - C scan data indicating wastage greater than or equal to 15% of nominal plate thickness shall be highlighted in RED and designated a repair area. 4-5 LB plate - C scan data indicating wastage greater than or equal to 10% to 14% of nominal plate thickness shall be highlighted in YELLOW 4-5 LB plate - C scan data indicating wastage less than 10% of nominal plate thickness shall be highlighted in DARK GREEN 6 - 10 LB plate - C scan data indicating wastage greater than or equal to 25% of nominal plate thickness shall be highlighted in RED and designated a repair area. 6 - 10 LB plate - C scan data indicating wastage greater than or equal to 15% to 24% of nominal plate thickness shall be highlighted in YELLOW. 6 - 10 LB plate - C scan data indicating wastage less than 14% of nominal plate thickness shall be highlighted in DARK GREEN. NOTES 1. Any scanning parameter or scope of work changes must be approved by the KO. 2. The use of multiple back-wall echos is not authorized due to inconsistent readings and technical difficulties. 3. There shall be no deviation from the color scheme specified above! 3.3 Hull identification and markings. 3.3.1 The contractor shall label each plate on the hull designated for inspection as per the CG drawings listed in Section 2 and Section 3.2.3. 3.3.2 The contractor shall label the starting point for each scan on the hull. 3.3.3 The contractor shall outline the areas measured with the hand held meter on the hull. 3.3.4 The contractor shall outline in WHITE or YELLOW all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.2.3.8. The colors used to label repair areas shall not be used for any other markings on the hull. 3.4 Reports. 3.4.1 The contractor shall measure the average paint thickness in order to provide a more accurate metal thickness at all scanned points. The average paint thickness must be clearly defined in the reports. 3.4.2 The Contractor shall submit to the COTR two hard copies of the final written report within 10 calendar days after the side scan inspection is completed. The written report shall include the following contents (minimum): • Overview • Plate summary - must be in table format with at minimum a column for plate identification, repair identification, location of repair area, size of repair area, and brief description (i.e. exterior pitting, hole, interior corrosion, etc.) • A composite mosaic of the C-Scan images overlaid on the appropriate shell plate expansion drawing as listed in paragraph 3.2.3. • A separate page for each plate with a C-scan image of that plate only. The upper right or lower right of each page must contain the plate identification for easy retrieval. Each page must also contain the following: o Plate design weight o Nominal thickness o Criteria thickness for green, yellow and red as listed in paragraph 3.2.3.8 o All repair areas must be outlined in blue in the C-Scan image as they are marked on the hull. Each repair area must have a label corresponding the label on the hull. o All Unusual areas on the C-scan such as rough surface, etc. must be called out and noted in blue. • A separate AutoCAD drawing for each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval. All repair areas must be drawn to scale and hatched as they are marked on the hull. The plates must be drawn to scale and dimensioned. Orientation of the plate to the boat must be identified. Assume the lower left corner of the plate is a right angle for drawing purposes. Use the left and bottom weld for obtaining dimensions of repair areas. Drawing tolerances can be +/- ½". • A minimum of 1 page for digital photos of each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval. 3.4.3 The written report is to be organized as follows: • Table of contents • Overview • Plate Summary • Port Side Mosaic • Port side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. • Starboard Side Mosaic • Starboard Side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. • Transom C-Scan, AutoCAD drawing and digital photos 3.4.4 The contractor shall submit two copies of the report in electronic format with two CD's containing the electronic (raw) data. Ensure that the electronic reports include: • All items contained in the physical written report as stated above. • A separate tab or file for each plate with the data or thickness value measured for every point used in the C-scan image. These readings should be proportionate on the page as to the location measured on the plate. The plate identification, design weight, and nominal thickness must be included at the upper left of the screen. • An interactive file of the C-scan image for each plate that the USCG can change the thickness criteria for each color. The USCG must be able to input either the % wastage or material thickness for each color and the program must generate a new C-scan image per the new inputted criteria. • All files must be compatible with USCG standard workstation software including AutoCAD, MS Office, Adobe PDF and JPEG. 4. NOTES 4.1 A Coast Guard Inspector will be on site during the entire scanning evolution to witness procedures and review collected data. 4.2 The contractor shall provide supporting documentation to show the ASNT qualifications and certifications of all personnel directly involved in the scanning process. 4.3 Government-Furnished Items. The Coast Guard will supply (via a separate contract) the following to the side scan contractor: • References listed in section 2. • Two 20A, 120VAC/1/60, circuits with 50 feet of vessel at on-site location •.50 gpm of fresh water within 50 feet of vessel with standard hose bib fitting. • Approved scaffolding or man lift to bring inspection personnel within one foot of all inspection areas that are five feet above ground level. • Surface prep of hull with an ultra high pressure water spray or grit blast to bare metal followed by primer skim coat (3-5 mils) to prevent flash rust. Surface profile must be uniform. E. PRICING DATA: Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any CLIN. "NSP" in the section means "Not Separately Priced." F. ** TRAVEL AND PER DIEM: "Travel and Per Diem" is only applicable to Contractors outside the local commuting area (50 miles) of the vessels location. **Travel time to the destination of the Kingdom of Bahrain requires 24 hours one-way. This time should be computed based on the composite labor rate and added to the Travel and Per Diem for vessel. It is anticipated that any Contractors within the 50 mile commuting area will enter "zero" (0) or "N/A" for the unit and extended price for this CLIN, on the Schedule of Supplies or Services **(see separate attachment of Schedule of Supplies/Services). SUPPLIES/SERVICES AND PRICES/COSTS FOR: USCGC WRANGELL (WPB-1332); AQUIDNECK (WPB-1309) DRYDOCK AVAILABILITY 2012 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE 1-D SIDE SCAN for CGC WRANGELL 17-23 Jan 2012 JOB 1 2-D TRAVEL AND LODGING JOB 1 3-D SIDE SCAN for CGC AQUIDNECK 1-7 May 2012 JOB 1 4-D TRAVEL AND LODGING JOB 1 B-D GFP Report NSP JOB 1 NSP TOTAL PRICE OF DEFINITIVE ITEMS G. EVALUATION: As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and Price. Past Performance is more important than price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following: The contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, total dollar amount, procuring activity or firm's complete name (include addresses, telephone numbers, and the point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items and extended total. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format and must contain the contractor's DUNS Number. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. Quotes must be received not later than December 5, 2011 at 10:00 a.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 Facsimile Proposals (Oct 97), quotes may be faxed to: (757) 628-4676 Attn: Nancy Brinkman or e-mailed to Nancy.M.Brinkman@uscg.mil All questions regarding this solicitation should be directed to Nancy Brinkman, Contracting Officer at (757) 628-4579 or via e-mail to nancy.m.brinkman@uscg.mil. HULL PLATING SIDE SCAN FOR CGC WRANGELL & AQUIDNECK HSCG80-12-Q-P45394 APPLICABLE CLAUSES AND PROVISIONS The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: (1) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUNE 2010) ADDENDUM FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in 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.arnet.gov/far/index.html This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in 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.arnet.gov/far/index.html FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.215-5 Facsimile Proposal (OCT 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN1997) Alternate I (JUL 1995) FAR 52.225-25 Prohibition on Engaging Sanctioned Activities Relating to Iran - Certification (SEP 2010) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.245-1 Government Property (AUG 2010) FAR 52.245-9 Use and Charges (AUG 2010) HSAR 3052.211-70 Index for Specifications (AUG 2008) HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003) 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 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (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) HSAR 3052.245-70 Government Property Reports (AUG 2008) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 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 (Nov 2011), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (Oct 2008) 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 Certifications--Commercial Items. (Nov 2011). Vendors are required to submit, a completed 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) The Clause at FAR 52.212-5- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (NOV 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] _X_ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (15) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (16) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (17) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (18)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (19) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Nov 2011). __ (24) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Nov 2011). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (34)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (35) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (36)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (37) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (38) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (39)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (40) 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (41) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (42) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (43) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (44) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (45) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (46) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (47) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (48) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (49) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (50)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause." Alternate II (Dec 2010). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (G) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (H) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (K) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (L) 52.222-54, Employment Eligibility Verification (Jan 2009). (M) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (N) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45394/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, Bahrain
 
Record
SN02627786-W 20111124/111122234953-b9a9c4fb76e8df0fc697affc72548162 (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.