Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

N -- INSTALL FUEL TANK - Wage Rates

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG27-12-Q-PCV477
 
Archive Date
5/5/2012
 
Point of Contact
Mathew A. Malo, Phone: 757-295-2227, Angel Pol, Phone: 757-483-8541
 
E-Mail Address
mathew.a.malo@uscg.mil, Angel.Pol@uscg.mil
(mathew.a.malo@uscg.mil, Angel.Pol@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Wage Rates This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HSCG27-12-Q-PCV477 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-57. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 238990. The small business size standard is $14.0 Million. The FOB Destination delivery is to: USCG Station Hatteras Inlet, 59248 Coast Guard Road, Hatteras, NC 27943-0579, no later than 27 April 2012. Offers are due at USCG Base Portsmouth, VA, by the Close of Business on April 20, 2012. Questions may be directed to SKC Mat Malo, telephone 757.295.2227 or email: Mathew.A.Malo@uscg.mil Unit POC for technical questions or to arrange a site visit: MKC John Fairbanks @ (252) 986-2176 or MK1 Rob Garland @ (252) 986-2176 USCG Station Hatteras Inlet has the following requirement: 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to install a diesel fuel/gasoline split tank located at USCG Station Cape Hatteras 59248 Coast Guard Rd. Hatteras, NC 27943 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the contractor shall commence work NLT five (5) days after notice to proceed. The awarded bid contractor will be contacted with delivery date information for the new fuel tank. Completion of the work is of due diligence from the contractor to provide a fully operational installation within 10 working days upon commencement of work. SCOPE OF WORK: Provide all labor and materials to remove the existing installed equipment. Disposal shall be in accordance with all applicable laws and codes of local, state, and federal government. Provide all labor and materials necessary to replace, install, repair, and test new equipment as well as existing. The following minimum requirements shall be met: a. Disconnect existing piping from gasoline and diesel tanks. Remove existing submersible diesel and gasoline pumps from existing tanks. Set aside for reinstallation. b. Remove and dispose of the existing 1000 gallon gasoline tank and the 3000 gallon diesel tank. In addition, the removal of any residual fuel and gasoline in accordance with all applicable state laws. (It is anticipated that the Station will use up the existing fuel and will be near empty before the work start date.) c. Measure, mark, and install galvanized heavy weather concrete anchors utilizing an epoxy casting compound within the existing containment area. Placement of the tank must accommodate the additional area required for stair installation. d. Arrange and provide crane service to unload the new 4,000 gallon tank system (approx 20,400 lbs) upon equipment arrival and set tank. Securely fasten the tank to the anchors utilizing galvanized fasteners. e. Measure, mark, and install galvanized heavy weather concrete anchors utilizing an epoxy casting compound within the existing containment area for stair installation. Securely fasten the stairs to the anchors utilizing galvanized fasteners. f. Conduct all inspections and maintenance on the submersible pumps as per the manufactures recommendations. Provide all materials as required to reinstall the pumps on the new tank. In addition, the heads of the pumps shall be preserved with epoxy based enamel following the paint manufactures specifications for preparation and application. Install pumps when appropriate. g. Make all associated plumbing connections to existing fuel supply piping including vents and tank fittings. Ensure that all piping runs are adequately supported. Additional materials that may be required shall be of the same or better materials that are currently being utilized. If certain items cannot be supplied in a corrosion resistant material, they shall have a durable protective finish applied. Connect all associated electrical components ensuring that all connections are water and vapor tight. h. Conduct operational tests of system to ensure proper operation and accuracy of gauges and meters. Make all adjustments and calibrations as necessary. 3. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with MKC John Fairbanks @ (252) 986-2176 or MK1 Rob Garland @ (252) 986-2176. 4. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project is MK1 Rob Garland@ (252) 986 2176. Inquiries concerning any phase of the specification before or after award shall be made to MKCS Ryan Horsman @ (252) 441 0300 ext 101. 5. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 6. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 7. ORAL MODIFICATION: No oral statements of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 8. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 9. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 10. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 11. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the unit's regular hours, must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 12. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative to arrange for inspection/acceptance of work. 13. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The Station Cape Hatteras Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 14. SAFETY REQUIREMENTS: 1. Responsibilities: a. All contractors working on CG Station Cape Hatteras shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Base Safety Officer prior to starting work. b. Written notification must be provided to the Station Cape Hatteras Base Safety Officer, MK1 Robin Garland (252) 986-2176 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Base Safety Officer. c. Copies of the following must be provided to the Base Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. A facility dig chit is required in addition to a Miss Utility dig chit. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on Station Cape Hatteras. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on Station Cape Hatteras has the right to a safe and healthy work place. The contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 15. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All contractors working on Station Cape Hatteras shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist MK1 Robin Garland, prior to starting work and must be in accordance with the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Station Cape Hatteras. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a contractor are required to be disposed of by that contractor. Disposal must be in accordance with federal, state, and local guidelines. # Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (MAR 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed to: Commanding Officer, USCG Base Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA. 23703. Quotes may also be faxed to (757) 483-8623 or emailed to Mathew.A.Malo@uscg.mil The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2012). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C.351, et seq) 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.) 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.) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) 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.) 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Dec 2007) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) (42 U.S.C. 8259b) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) 52.223.18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.237-11 Accepting and Dispensing of $1 Coin (Oct 2008) Department of Labor Wage Determination No: 2005-2393, Revision No: 12, Dated 06/13/2011 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG27-12-Q-PCV477/listing.html)
 
Place of Performance
Address: USCG Station Cape Hatteras, 59248 Coast Guard Rd., Hatteras, North Carolina, 27943, United States
Zip Code: 27943
 
Record
SN02721354-W 20120414/120413000407-7224881a007f1e7b99ba60fc2e0e093c (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.