Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

J -- USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair - RFQ

Notice Date
2/2/2012
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-12-Q-P45404
 
Archive Date
2/23/2012
 
Point of Contact
Dorothy Rawls, Phone: 7576284540, Janet M Delaney, Phone: 757-628-4353
 
E-Mail Address
dorothy.rawls@uscg.mil, Janet.M.Delaney@uscg.mil
(dorothy.rawls@uscg.mil, Janet.M.Delaney@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification Pkg Schedule of Supplies/Services HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 1 of 6 This is a combined synopsis/solicitation, HSCG40-12-Q-P45404 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-55 (January 2012), and 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 used. 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. The requirement is for the DOCKSIDE and repair of USCG Yaquina Bay (MLB 52312). NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) 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 Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than 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 a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. 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 office, 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 in 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. 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 submitted to: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 2 of 6 A. PRICING DATA: Definite 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.‖ ***SEE ATTACHED SCHEDULE OF SUPPLIES AND SERVICES*** B. Performance will commence on 13 February 2012 and complete no later than 19 March 2012. C. GEOGRAPHIC RESTRICTION: In accordance with the U. S. Coast Guard Pacific Area Instruction 3100.1G, the vessel is restricted to an area no greater than 240 nautical miles one way and 480 nautical miles roundtrip from the MLB's home station, on navigable waterways and no more than 20 nautical miles offshore one way and 40 nautical miles offshore round trip. Home Station: USCG Yaquina Bay (MLB 52312) Newport, OR 97365. D. The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside repairs and alterations to the vessel, in accordance with this solicitation and attached specifications dated January 18, 2012/Rev 0. E. The contractor shall provide a facility accessible from a navigable waterway at which a ship of the characteristics described in the attached specification can, using its own propulsion, safely arrive, lie afloat and depart at all states of the tide and at any time day or night. The facility and its approaches shall have a minimum water depth of 6'3" and a minimum vertical clearance of 14'8". F. 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. Any Contractor's Requests for Clarifications shall be answered via amendment to the solicitation and shall be received no later than February 6, 2012 at 12:00 p.m. Easter Standard Time. The closing date and time for receipt of quote is February 8, 2012 at 12:00 p.m. Eastern Standard Time. Offerors may contact Dorothy Rawls at (757) 628-4540 or via email dorothy.rawls@uscg.mil for information regarding this solicitation. Please email dorothy.rawls@uscg.mil to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email. G. The award is anticipated to be made on or about February 10, 2012. An arrival conference normally will be held within 48 hours of the scheduled start date. FAR 52.212-2 EVALUATION - Commercial Items (JAN 1999) (a) 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: 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) HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 3 of 6 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) Price: Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness. The contracting officer will also calculate the foreseeable cost of transporting the USCG Yaquina Bay (MLB 52312) to offeror's commercial shipyard. (b) The Government shall have the right to award any or all Optional Quantity Clins concurrently with the award of the Definite Quantity Clins. During the contract period, the Government shall have the right to award additional quantities at the prices offered. FAR 52.215-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend (check applicable block) to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this request for quote. (b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of Performance Name and Address of Owner and (Street Address, City, County, Operator of the Plant or Facility if Other State, Zip Code) than Offer or Respondent DISTANCE FACTOR ADJUSTMENT (a) The work will be accomplished at the Contractor's Facility. If the contractor is to perform the work at the contractor's facility, the following distance adjustment factors will be applied to the prices quoted for this work. (b) The homepier of the vessel is listed on Page 2. If the work covered by this solicitation is performed elsewhere than the homepier of the vessel, the Coast Guard will incur certain costs incident to moving the vessel to and from such location. Furthermore, Coast Guard inspection and other support in connection with the work covered by this solicitation will be provided by SFLC Naval Engineering Support Unit (NESU) listed in the following paragraphs, which is responsible for support of the vessel. If work is performed elsewhere than at these NESU locations, the Coast Guard will incur certain costs incident to providing inspection and other support. Note: The following foreseeable cost factors will be evaluated and used as part of the award determination. Foreseeable cost factors: The Coast Guard will incur certain costs for transiting the cutter from and back to its home station and other support during performance of the contract. The offer will be evaluated to include foreseeable costs as follows: HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 4 of 6 (1) There will be a transportation cost for (1) U.S. Coast Guard Representative(s) for (4) round trip(s) between the Contractor's offered place of performance and NESU Seattle at the cost of coach-type airfare to be taken from the official airline guide or at a cost of $0.51 per mile if no airline service is available. (2) If the contractor's offered place of performance is more than fifty (50) driving miles from NESU Seattle, the "Per Diem" expenses for (35) days to support (1) U.S. Coast Guard Representative(s) while in the city of the place of contract performance will be determined in accordance with the Joint Federal Travel Regulations (JFTR). (3) Facility costs to navigate vessel between its home station and the Contractor's offered place of Performance (round trip) is $337 per hour. ****Past Performance is significantly more important than Price**** 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 (Nov 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. 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 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 (JAN 1997) Alternate I (JUL 1995) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (AUG 2010) FAR 52.245-9 Use and Charges (JAUG 2010) HSAR 3052.211-70 Index for Specifications (DEC 2003) 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) HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 5 of 6 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) "Deviation" 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 (JAN 2012). 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 (Jan 2011) 52.219-14, Limitations on Subcontracting (NOV 2011) 52.219-28, Post Award Small Business Program representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 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) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notifications of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 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: 3052.211-70, Index for Specifications (Dec 2003) 3052.217-90, Delivery and Shifting of Vessel (Dec 2003) 3052.217-91, Performance (Dec 2003) 3052.217-93, Subcontracts (Dec 2003) 3052.217-94, Lay Days (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) 3052.217-100, 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) HSCG40-12-Q-P45404 USCG Yaquina Bay (MLB 52312) 2012 Dockside Repair Page 6 of 6 3052.228-70, Insurance (Dec 2003) 3052.242-71, Dissemination of Contract Information (Dec 2003) 3052.242-72, Contracting Officer's Technical Representative (Dec 2003) 3052.245-70, Government Property Reports (Jun 2006) FAR 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989) VARIATION The Government may require the performance of the numbered line items, identified in the Schedule as option items, at the unit prices stated in the Schedule. The option quantities shown in the Schedule are estimates only. The Government has the right to require performance of these items at the quantities deemed necessary. Therefore, the Government may exercise an option item on more than one occasion during the contract performance period. The Contracting Officer will provide initial notification of the exercise of an option either verbally, by facsimile, or both. When time is of essence initial notification will be provided verbally followed within 24 hours by a facsimile of confirmation. A contract modification will be executed shortly thereafter to include those options wherein exercise notification was provided. Such options may be exercised at any phase during the contract performance period as stated herein, or any extension of the performance period. To maintain the contract performance period the Contractor shall commence performance of an option item immediately upon receiving initial notification; but, not later than 24 hours thereafter, unless proper sequencing of the work requires a delay in beginning performance of the option. In that case, the option item shall be commenced as soon as proper sequencing permits. The exercise of any option item listed in the Schedule will not normally extend the contract performance period. However, the Contracting Officer may consider a request by the contractor for contract extension if an option is exercised after 50% of the contract performance period has expired. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P45404/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02666748-W 20120204/120202235318-3c66d3e3317f52cad5540b51c4f16d66 (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.