Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

19 -- CGC STURGEON GRIT REMOVAL

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
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
2117407Y6177K07004
 
Archive Date
7/5/2017
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for a service contract, 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; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2117407Y6177K07004 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 (MAR 2016). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 562119 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, GRIT REMOVAL AND DISPOSAL LOCATION: USCG YARD, CGC STURGEON, BALTIMORE, 21226 USCG POC: REESE SCOTT @ (410) 458-5528 AND/OR JASON GRAD @ (443) 829-6319 START DATE: 23 JUNE 2017 COMPLETION DATE: 29 JUNE 2017 GRIT REMOVAL AND DISPOSAL The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal Services, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this order, if no standards are specified then to a commercially reasonable standard. Blast grit removal and disposal inside the Bow to Stern Big Top enclosure and onboard CGC STURGEON to include: the entire concrete ground; the enclosure's steel wheels and wheel track channels; the surfaces, angles and six feet of the steel ship lift cradle; dust collector drums; the ship's exterior main deck and Lazarette (2-22-0-E); and the gangway and stair/steps tower to the ship. Approximately 50 tons (by weight) of grit is to be removed. Contractor must have the capability of removing 15 tons a day. All grit shall be removed regardless of condition; including wet and compacted grit which might require the use of shovels and other removal methods beyond vacuuming. Period of performance will be from 06/23/2017 to 06/29/2017. Work hours will be between 6:30 PM and 7:00 AM. Unless notified directly by the Ship Superintendent, work shall be performed every day, including weekends, regardless of the amount of grit present On the last day of the performance period, and after removal of all sand blasting grit from designated areas, the contactor shall vacuum clean the ground and steel wheel track channels to a "broom swept" condition. Broom swept is defined as free of all visible dirt, dust and debris. See Photos on bottom of attached Statement of Work for examples of UNACCEPTABLE final conditions. Quantity: 1 JB. Performance start date: JUNE 23, 2017 CGC STURGEON YARD POC: JASON GRAD (410) 636-3419 TENTATIVE START DATE: 03/01/2017 (vi) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, CGC STURGEON, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015). 1. 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: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2016). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). m. 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.). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (xii) Defense Priorities and Allocations System (DPAS): N/A (xiii) QUOTES ARE DUE BY 12:00 NOON EST on TUESDAY, 20 JUNE 2017. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil (xiv) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2117407Y6177K07004/listing.html)
 
Record
SN04546181-W 20170617/170615235428-944704f9a3100fd82df44d7bcf0b3712 (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.