Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

J -- USCG STATION OREGON INLET (MLB 47258) 2012 DRYDOCK REPAIRS - 47258 MLB UW BODY SPEC (REV 0)

Notice Date
3/7/2012
 
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-P30476
 
Archive Date
3/31/2012
 
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
47258 MLB UW BODY SPEC (REV 0). This is a combined synopsis/solicitation, HSCG40-12-Q-P30476, for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-55 (February 2012), 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 quotes 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 DRY-DOCKING and repair of USCG Station Oregon Inlet (MLB 47258). 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 DESCRIPTION OF WORK: (a) 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 dry-docking repairs and alterations to the vessel, in accordance with this solicitation and attached specifications. (b) Failure to read the specifications 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. (c) 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 13 March 2012 at 12:00 p.m. Easter Standard Time. The closing date and time for receipt of quote is 16 March 2012 at 12:00 p.m. Eastern Standard Time. Offerors may contact Dottie Rawls at (757) 628-4540 or via email dorothy.rawls@uscg.mil for information regarding this solicitation. Please email michele.l.devitt@uscg.mil to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 6 April 2012. Work covered by this solicitation shall be completed within Thirty (30) calendar days from the date the vessel becomes available to the contractor. The availability is scheduled to start on or about 1 JUNE 2012. An arrival conference normally will be held within 48 hours of the scheduled start date. Vessels being drydocked shall be in drydock within seventy-two (72) hours of delivery. GEOGRAPHIC RESTRICTION: Per U. S. Coast Guard Atlantic Area Instruction 3100.1C, the vessel is restricted to an area no greater than 320 nautical miles one way and 640 nautical miles roundtrip from the MLB's home station, on navigable waterways and no more than 50 nautical miles one way and 100 nautical miles round trip off shore. Home Station: USCG Oregon Inlet, Highway 12 South, Nags Head, NC 27959 REST OF PAGE INTENTIONALLY LEFT BLANK SCHEDULE OF SUPPLIES/SERVICES: SCHEDULE OF SUPPLIES/SERVICES: See Schedule of Supplies and Services. Definite Contract Line Items are marked as "D" for Definite. Option Contract Line Items are marked "O" for Optional. Insert unit prices in all items listed in the Schedule unless "NSP" is printed in the Unit Price column for any item. "NSP" in the section means "Not Separately Priced." CLIN DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE D-001 General Welding, Provide NSP NSP NSP NSP O-001A Flat Plate Renewal (3/16" Aluminum) Sq Ft 1 O-001B Flat Plate Renewal (1/4" Aluminum) Sq Ft 1 O-001C Flat Plate Renewal (5/16" Aluminum) Sq Ft 1 O-001D Flat Plate Renewal (1/2" Aluminum) Sq Ft 1 O-001E Crack Repair Lin Ft 1 O-001F Overlay Sq In 1 O-001G Overlay (Stainless) Sq In 1 D-002 Hull Plating, UW BODY, Inspect Job 1 D-003 Hull Plating, UW BODY, Ultrasonic Testing (100) Job 1 O-003A Additional (50) Ultrasonic Testing (UT) Shots, Perform Job 1 O-004 Tanks (MP Fuel Service), Clean Job 1 O-005 Diesel Fuel, Refill Job 1 D-006 Hull Identification Markings, Apply Job 1 D-007 UW BODY, Preserve (100) Job 1 D-007A Provide NACE CIP Level 3 Tech Rep Job 1 D-008 Exterior Non-Slip Pads, Renew Job 1 O-009 Marine Chemist Services, Provide Job 1 D-010 Routine Drydocking, Provide Job 1 D-011 Temporary Services, Provide Job 1 O-012 Composite Labor Rate HR 1 D-013 GFP Report NSP EA 1 NSP O-014 Lay Days DY 1 Total Price of Option Clins Total Price of Definite Clins Total Price of All (1) ACCESSIBILITY OF CONTRACTOR'S FACILITY 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 4'6" feet and a minimum vertical clearance of 19 feet. (2) ACCESS TO VESSEL (a) A reasonable number of officers, employees, and associates of the Government, or other prime Contractors with the Government, and their subcontractors, shall, as authorized by the Contracting Officer, have, at all reasonable times, admission to the plant, and access to vessel(s) to perform and fulfill their respective obligations to the Government on a noninterference basis. The Contractor shall make reasonable arrangements with the Government or Contractors of the Government, as shall have been identified and authorized by the Contracting Officer, to be given admission to the Contractor's facilities and access to the vessel(s) and to office space, work areas, storage or shop areas, or other facilities and services, necessary for the performance of their respective responsibilities and reasonable to their performance. All such above personnel shall be required to comply with all Contractor rules and regulations governing personnel at its shipyard, including those relative to safety and security. (b) The Contractor further agrees, as authorized by the Contracting Officer, to afford to a reasonable number of officers, employees, and associates of bidders on other contemplated work, the same privileges of admission to the Contractor's plant and access to the vessel(s) on a noninterference basis subject to all Contractor rules and regulations governing personnel in its shipyard, including those relative to safety and security. (3) INDEMNIFICATION FOR ACCESS TO VESSELS Notwithstanding any provision in the "Access to Vessels" clause, or any other clause of the contract, the Contractor agrees to allow officers, employees, and associates of the Government, or other prime contractors with the Government and their subcontractors, and officers, employees, and associates of quoters on other contemplated work, admission to the Contractor's facilities and access to the vessel without any further request for indemnification from any party, which has not been previously included in the contract price. (4) CONTRACTING OFFICER'S AUTHORITY No oral or written statement of any person other than the Contracting Officer will in 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. (5) INSPECTIONS Except as specified elsewhere, the U.S. Coast Guard shall rely on the contractor to accomplish all inspection and testing needed to ensure that the work conforms to contract quality requirements. Records of all inspection work by the contractor shall be kept complete and available to the Government during the term of this contract and for such longer period as may be specified elsewhere in this contract. The name and telephone number of the U.S. Coast Guard Inspector will be provided after the award of a contract resulting from this solicitation. (6) MAINTAINING, REPORTING, AND DISPOSING OF GOVERNMENT PROPERTY IN THE PERFORMANCE OF A SHIP REPAIR CONTRACT 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. These 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 the 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, 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 contractor 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 of the completed report and any final DD 1149s or DD 1348s 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 to the Coast Guard. This includes government property taken off the vessel (shafts, propellers, etc.), government property returned to the vessel (special tools, etc.) or surplus government property not used during performance of the contract. (7) GROWTH WORK (a) The Contractor shall not perform growth work without the Contracting Officer's authorization. Growth work is work within the scope of the contract, which has not been previously priced as a pre-priced CLIN. The Contracting Officer reserves the right to contract for growth work on the basis of a negotiated, firm, fixed price, when it is in the best interest of the Government. If a firm-fixed price contract is awarded, and during the performance period a repair within scope is identified but the Contracting Officer and Contractor are unable to agree on the cost of the work, a bilateral modification may be incorporated into the contract using a Time and Materials modification for this specific repair. In this situation, FAR 52.212-4, Alternate I, will be incorporated. (b) The Contractor shall furnish a price breakdown directly to the Contracting Officer, itemized as required by the Contracting Officer, of any proposal submitted for a contract modification. Unless otherwise directed, the breakdown shall be submitted on an MLCA 002 proposal form provided at the arrival conference permitting an analysis of all materials, labor, equipment, subcontract, overhead costs, and profit covering all work involved in the change/modification whether such work was deleted, added or changed. Any amount claimed for subcontracts shall be supported by a separate, similar price breakdown. If the proposal includes a request for a time extension, justification shall be furnished with the proposal. (c) This clause is to be used in conjunction with the clause COMPOSITE LABOR RATE incorporated into this solicitation. The Contractor is required to have and/or furnish all tools and equipment incidental to each bench trade. Supplies such as wiping rags, hacksaw blades, sandpaper, welding wire, helium, etc., are also to be furnished by the contractor. Other materials are to be charged at regular rates and prices currently in effect and as agreed to by the Contracting Officer. Material shall be best commercial quality available except where a precise specification is indicated in which case the specification shall apply, e.g., MILSPEC, FEDERAL SPEC. (8) COMPOSITE LABOR RATE: The composite labor rate offered shall be the sole labor hour rate used to price the prime contractor's direct labor hours for contract changes, i.e. growth work. The contractor shall not receive any compensation in addition to this rate for the prime contractor's direct labor associated with such changes under this contract. (a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: Supervision and Management Planning and Estimating Material Handling Housekeeping Engineering Transportation/Drivers Quality Assurance Contract Administration Security Testing (b) The composite labor hour rate will be applied to production labor hours only. Production labor hours include only those hours necessary and reasonable to perform direct production functions and do not include the hours expended on the support functions listed above. This exclusion of support function hours applies whether such support functions are normally charged directly or indirectly by the contractor's accounting system. These support functions are to be priced into the composite labor rate quoted and shall not be separately compensated. (c) The Quantity of Composite Labor hours indicated in the Schedule of Supplies/Services, is only an estimate and is an Optional Item pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of additional hours that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule and its discretion during performance of the contract. The inclusion of this item does not obligate the Government to exercise the item nor entitle the contractor to compensation if not exercised. (9) METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR Invoices shall be submitted to the USCG Finance Center http://www.fincen.uscg.mil/electron_cg.htm and via email to Dorothy.rawls@uscg.mil. CONTRACT CLAUSES (10) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2012) 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 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 (AUG 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) 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 (FEB 2012) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 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 (Feb 2012) 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) 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 (Aug 2008) "Deviation" (End of Clause) 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. 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 (FEB 2012) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012) 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 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) ADDENDUM FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.211-14 -- NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. (End of Provision) (11) REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (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 per occurrence. 2. Comprehensive General Liability - $500,000 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. The insurance certificate must provide the name of the US Coast Guard vessel and the contract number as specifically insured. (12) SITE VISIT This RFQ is for the Drydock Repairs of the USCG STATION OREGON INLET (MLB 47258) hereinafter referred to as "vessel". The vessel's home pier is USCG STATION OREGON INLET, Highway 12 South, Nags Head, NC 27959. The point of contact for site surveys is Contract Specialist, Dottie Rawls who can be reached at (757) 628-4540 or dorothy.rawls@uscg.mil. The Contract Administrator is Michele Devitt who can be reached at (757) 628-4937 or Michele.l.devitt@uscg.mil. (13) DRYDOCK CERTIFICATION AND DRYDOCK CALCULATIONS Contractor shall provide with his or her quote a current certification of its drydocking facility/travel lift/or crane as required by the specifications, Work Item D-010, Routine Drydocking, and SFLC Standard Specification 8634_STD. When requested by the Contracting Officer, the Contractor shall also provide the pre-award calculations described in specification Work Item D-010, Routine Drydocking, Cutter Conditions, and Appendix B of the SFLC Standard Specification 8634_STD. Subsequent to contract award, the Government will require the Contractor to provide the docking and un-docking calculations described in Appendix B of the SFLC Standard Specification 8634_STD. This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and SFLC Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. (14) FAR 52.215-20 ALT IV REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 2010) (a) Submission of cost or pricing data is not required (b) If the contracting officer can not determine price reasonableness either in the initial solicitation or in any change to the contract after award, the contracting officer will require submission information in sufficient detail in order to make such determination. The informationmay be as follows: REQUEST FOR INFORMAL COST BREAKDOWN In addition to placing your offer in the appropriate place in Schedule of supplies and Prices, it is requested that you provide a breakdown of your costs, to include but not be limited to, those items identified in the sample format below: Trade, (i.e. laborers, rigger, etc.) Breakdown of labor grades by trade category Manhours per trade, per labor grade Cost/hour/trade Supplies/materials (description & cost of each) Sub-total Pension Plans Overhead at a rate of ______% Profit at a rate of ________% (15) 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: (16) QUOTATIONS SHALL BE EVALUATED USING THE FOLLOWING CRITERIA: (a) 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 (including two (2) points 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) If subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. PAST PERFORMANCE: The past performance evaluation will take into account the guidelines outlined at FAR 15.305(a)(2) Past Performance Evaluation. The contractor's past performance will be evaluated according to the following factors and questions: - Quality of Product or Service Did the customer get what was specified? Did the customer consider the final product high in quality? If warranty issues arose, were they promptly corrected? - Timeliness of Performance Was the contract completed on time? If not, reason why not (growth work, contractor delayed, government delayed?) - Business Relations How was the customer service? Was the contractor committed to customer satisfaction? Would you use this company again (Why/Why not)? - Subcontracts Were subcontracts involved? Comments? In evaluating contractors past performance, the government intends to also review U.S. Coast Guard Contractor Performance Reports and other existing past performance ratings on relevant contracts. General trends in a contractor's performance will also be considered. 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 STATION OREGON INLET (MLB 47258) to offeror's commercial shipyard. ****Past Performance is significantly more important than Price**** (17) 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 (18) 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. If the work is performed at the vessel's homepier, the following distance adjustment factors are not applicable. (b) The homepier of the vessel is listed on Page 10. 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 PERTAINING TO DIFFERENT SHIPYARD LOCATIONS (1) There will be a transportation cost for (1) U.S. Coast Guard Representative(s) for (3) round trip(s) between the Contractor's offered place of performance and NESU Portsmouth 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 Portsmouth, the "Per Diem" expenses for (15) 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. END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P30476/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02690669-W 20120309/120307234837-73375e58530470ae6731bc41bbe7636c (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.