Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

J -- USCGC BERTHOLF (WMSL 750) Dockside (DS) Repairs FQ4 FY17 - Amendment 6

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-17-R-P45B29
 
Point of Contact
Wilma L. Estrada, Phone: 510.637.5981, Ryan R. DelaCruz, Phone: (510)637-5906
 
E-Mail Address
Wilma.L.Estrada@uscg.mil, Ryan.R.DelaCruz@uscg.mil
(Wilma.L.Estrada@uscg.mil, Ryan.R.DelaCruz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0006 This is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Parts 12.6, Part 13.5 (Simplified Procedures for Certain Commercial Items), and with elements of Part 15 as supplemented with additional information included in the notice. Solicitation number is HSCG85-17-R-P45B29 is issued as a Request For Proposals (RFP). This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This is a Small Business set aside. The NAICS Code is 336611 with a size standard of 1250 employees. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsible offeror who meets the solicitation requirements.. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for DS repairs aboard USCGC BERTHOLF (WMSL 750) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include ship repair and associated support work, and may include work that is not currently listed as Definite Items. A complete list of contract line item numbers and items, quantities and units of measure is included as ATTACHMENT 2. The Contractor shall furnish all the necessary labor, material services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside repairs in accordance with the solicitation, and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the close date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The anticipated period of performance will be from September 21, 2017 through November 28, 2017. Funds are not currently available. No award will be made until funds are available. The provision at 52.212-1, Instruction to Offerors - Commercial Items (Jan 2017) Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation -Commercial Items (October 2014), applies to this acquisition. More information about the evaluation criteria is located in ATTACHMENT 3. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) Addendum, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017), applies to this acquisition. ATTACHMENT 3 identifies the additional FAR clauses cited in this clause that are applicable to the acquisition. Please see ATTACHMENT 3 for a full listing of contract requirements. GEOGRAPHIC RESTRICTION: N/A QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Wilma Estrada at Wilma.L.Estrada@uscg.mil. However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 6, DHS Form 11-0006 Non Disclosure Agreement. to Wilma.L.Estrada@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this dockside. In addition, some references listed in the Specification, under "Consolidated List of References," are subject to Export Control limitations or have otherwise restricted distribution, and have been deemed "limited access" and "export controlled" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than June 23, 2017 at 1:00 p.m. Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://www.fbo.gov for viewing by all potential Offerors. INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: 1.Offeror's address, DUNS number 2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.2 of this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite. Insert unit prices in all CLINS listed in the schedule. 3. Small Business Self Certification for applicable set-asides 4. Welding Certifications and Procedure 5. Proof of Insurance (statement of coverage from current insurance carrier) 6. Any issued amendments to the solicitation. 7. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items. 8. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses and provisions which may contain blocks that must be completed. 9. Past Performance Proposal, as described in ATTACHMENT 3. PROPOSAL DUE DATE: Proposals must arrive no later than 1:00 p.m., Pacific Time, on June 30, 2017. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Wilma.L.Estrada@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Suite 800N on the 8th Floor of the Oakland Federal Building located at 1301 Clay Street, Suite 800N, Oakland, CA 94612. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about July 7, 2017, based on the availability of funds. Work covered by this solicitation shall be completed within 68 calendar days from the date the vessel becomes available to the Contractor (September 21 - November 28, 2017). All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the day of the scheduled start date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification - Rev-2, 10 March 2017 ATTACHMENT 2 - Schedule of Supplies/Services ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 4 - Request for Clarification ATTACHMENT 5 - Government Property Report ATTACHMENT 6 - DHS Form 11000-6 Non Disclosure Agreement. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-05-26 01:21:45">May 26, 2017 1:21 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-06-12 23:04:01">Jun 12, 2017 11:04 pm Track Changes See Amendment 0004 See Amendment 0005, which could not be attached with amendment posted on 6/2/17 See Amendment 0006
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-R-P45B29/listing.html)
 
Place of Performance
Address: The place of performance will be at the Cutter's homeport, Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN04540385-W 20170614/170612234217-d339084ff728ab7f88f20e7403022b23 (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.