Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
MODIFICATION

U -- SERVICES - AWS CERTIFIED WELDING ENGINEER/AWS CERTIFIED BRAZING ENGINEER - STATEMENT OF WORK 12-Q-61060

Notice Date
4/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
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-61060
 
Archive Date
5/3/2012
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK 12-Q-61060 CLOSING DATE: 23 APRIL 2012 @ 12:00 P.M. EST This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q- 61060 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective April 2012. (iv) (v) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 541330 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. (vi) The United States Coast Guard Engineering Logistics Center has a requirement for the following items: ITEM 1) SERVICES OF AN AWS CERTIFIED WELDING ENGINEER TO ASSIST COAST GUARD YARD WELDING AND MECHANICAL DEPARTMENTS IN THE DEVELOPMENT AND IMPLEMENTATION OF A WELDING AND BRAZING PROGRAM TO SUPPORT THE REQUIREMENTS OF BOTH OUR MLCA (MLCA STD SPEC 0740 STD) AND ELC (R-24 ) IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. QTY: 1 JB TOTAL AMOUNT: ________ REQUIRED DATE OF SERVICE: 06/18/12 CONTRACTOR SERVICES OF AN AWS CERTIFIED WELDING ENGINEER TO ASSIST THE COAST GUARD YARD WELDING DEPARTMENT IN THE DEVELOPMENT AND IMPLEMENTATION OF A WELDING PROGRAM. ASSIST WITH DEVELOPING A MAINTENANCE PROGRAM AND HOW IT SHOULD BE MONITORED. CONTRACTOR TO BE RESPONSIBLE, WITH COAST GUARD YARD WELDING DEPARTMENTS ASSISTANCE TO INSPECT EXISTING WELDING PROGRAM TO ASCERTAIN WHAT AWS AND ASTM STANDARD YARD IS CURRENTLY WORKING UNDER. CONTRACTOR TO ASSIST YARD WELDING DEPARTMENT IN DEVELOPING WELDING PROCEDURE, SEQUENCE FOR PROPULSION SHAFT WELD REPAIRS AND RUDDER STOCK WELD REPAIRS AND VARIOUS SYSTEMS THAT NEED REPAIRS. CONTRACTOR TO BE RESPONSIBLE FOR DEVELOPING APPROXIMATELY FOUR (4) EACH WELD PROCEDURES THE YARD IS REQUIRED TO PERFORM DURING ROUTINE REPAIR WORK. THESE FOUR (4) PROCEDURES TO INCLUDE: A) WELD, PROCEDURES AND SPECIFICATIONS (WPS), B) ALL WELDING PROCEDURE QUALIFICATION RECORDS (PQR), C) WELDER QUALIFICATION TEST CRITERIA. THE TOTAL NUMBER OF WELD PROCEDURE SPECIFICATIONS (WPS) WELDING QUALIFICATION TESTS WILL BE A MINIMUM OF EIGHT-THREE (83). APPLICABLE DOCUMENTS ARE AWSD1.1, D1.2, D1.3, D1.6 ASME SECTION IX, S9074-AQ-GIB-010/248 (MIL-STD-248) AND MIL-STD-1689A, ASTM COAST GUARD YARD RESERVES THE RIGHT TO HAVE COAST GUARD YARD WELDING INSPECTORS (CWBI) OR CERTIFIED ASSOCIATE WELDING INSPECTORS (CAWBI) TO WITNESS ANY PROCEDURES ADMINISTERED BY CONTRACTOR. WORK TO BEGIN ON OR ABOUT 06/18/12 MR. BOB KRUGER WILL CONTACT THE CONTRACTOR WITH THE EXACT START DATE. ITEM 2) BRAZING CERTIFICATION IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. QTY: 1 JB TOTAL AMOUNT: ________ REQUIRED DATE OF SERVICE: 06/18/12 BRAZING CERTIFICATION OF AN AWS CERTIFIED BRAZING ENGINEER TO ASSIST THE COAST GUARD YARD MECHANICAL DEPARTMENT IN THE DEVELOPMENT AND IMPLEMENTATION OF A BRAZING PROGRAM. ASSIST WITH DEVELOPING A MAINTENANCE PROGRAM AND HOW IT SHOULD BE MONITORED. CONTRACTOR TO BE RESPONSIBLE, WITH COAST GUARD YARD MECHANICAL DEPARTMENTS ASSISTANCE TO INSPECT EXISTING BRAZING PROGRAM TO ASCERTAIN WHAT AWS AND ASTM STANDARD YARD IS CURRENTLY WORKING UNDER. CONTRACTOR TO ASSIST YARD MECHANICAL DEPARTMENT IN DEVELOPING A BRAZING PROCEDURE, SEQUENCE FOR REPAIRS ON VARIOUS PROPULSION PIPE SYSTEMS THAT NEED REPAIRS. CONTRACTOR TO BE RESPONSIBLE FOR DEVELOPING APPROXIMATELY TWO (2) EACH BRAZING PROCEDURES, THE YARD IS REQUIRED TO PERFORM DURING ROUTINE REPAIR WORK. THESE TWO (2) PROCEDURES TO INCLUDE: A) BRAZING PROCEDURES AND SPECIFICATIONS (BPS), B) ALL BRAZING PROCEDURE QUALIFICATION RECORDS (PQR), C) BRAZING QUALIFICATION TEST CRITERIA. THE TOTAL NUMBER BRAZING PROCEDURE SPECIFICATIONS (BPS) BRAZING QUALIFICATION TEST WILL BE A MINIMUM OF EIGHTY-THREE (83). APPLICABLE DOCUMENTS ARE AWSD1.1, D1.2, D1.3, D1.6, ASME SECTION IX, S9074-AQ-GIB-010/248 (MIL-STD-248) AND MIL-STD-1689A/ ASTM COAST GUARD RESERVES THE RIGHT TO HAVE COAST GUARD YARD BRAZING INSPECTORS (CWBI) OR CERTIFIED ASSOCIATE BRAZING INSPECTORS (CAWBI) TO WITNESS ANY PROCEDURES ADMINISTERED BY CONTRACTOR. MR. DON SHIELDS WILL CONTACT THE CONTRACTOR WITH THE EXACT START DATE. PLEASE SUMBIT QUOTES TO KATHLEEN.M.LECHERT@USCG.MIL BY 12:00 NOON ON 02 MAY 2012. (vii) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES: FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. 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. (viii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. (ix) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (x) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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: Price: The Government will evaluate offers based on best value. Technical Capability: Authorized OEM Distributor. Delivery Time: Delivery time and technical ability is more important than price. (xi) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. (xii) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xiii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Apr 2012) 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: (1) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). (2) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) of 52.219-6. (iii) Alternate II (Nov 2011) of 52.219-6. (3) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (8) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (9) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (11) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (12) 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). (xiv) Quotes are due by 23 APRIL 2012 @ 12:00 PM EST. Questions and quotes may be emailed to kathleen.m.lechert@uscg.mil. Contractors are responsible for verifying receipt of quotes. (xv) POC is Kathy Lechert, Purchasing Agent, 410-762-6920.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-61060/listing.html)
 
Record
SN02723878-W 20120419/120417235054-8dfee4b7763ff8ceed8bc58627760787 (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.