SOLICITATION NOTICE
99 -- Berths and Lockers for 378' Coast Guard Cutters
- Notice Date
- 8/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG85-07-R-66RA90
- Response Due
- 9/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation HSCG85-07-R-66RA90 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 and offers being requested. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. This is small business set-aside procurement. The NAICS is 336611. The contract will be awarded using simplified acquisition procedures in accordance with the provisions of FAR 13.5. 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 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 that 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 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 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 protest 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: Commandant (CG-9131), U.S.Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 3723692, Fax: (202) 475, 3904. This requirement is to provide Berths and Lockers for USCGCs RUSH and JARVIS in Honolulu, HI, CHASE and HAMILTON in San Diego, CA, and SHERMAN in Alameda, CA in accordance with the following requirements for each cutter. A. CGC JARVIS (WHEC 725) ITEM QUANTITY TYPE 1. Lockers 32 Type 4 (mod to one door) 16? wide, 22? deep and 71? high. Color is Bleach Sand 2. Lockers: 4 Type 4 (mod to one door) 24? wide, 22? deep and 71? high Color is Bleach Sand 3. Berths 13 Module, type 6, style 2 (with storage) 28? deep, 80.5? long and 71? high Color is Bleach Sand. All berths are to include: light, curtains and EEBD storage. 4. Berths 4 Module type 6, style 2 (with storage) 34? deep, 80.5 long and 71? high. Color is Bleach Sand. All berths are to include: light, curtains and EEBD storage. Delivery Date is: 1 Dec 2007 Delivery point is: USCGC JARVIS (WHEC 725) POC: LT D. Krause 400 Sand Island Parkway Honolulu, HI 96818-4398 M/F USCGC JARVIS, Honolulu HI Contract number HSCG85-07-C-66RA90 B. CGC RUSH (WHEC 723) ITEM QUANTITY TYPE 1. Lockers 50 Type 4 (mod to one door) 16? wide, 22? deep and 71? high Color is Bleach Sand 2. Berths 25 Module, type 6, style 2 (with storage) 28? deep, 80.5? long and 71? high Color is Bleach Sand. All berths are to include: light, curtains and EEBD storage. Delivery Date is: 30 Oct 2007 Delivery Point: USCGC RUSH (WHEC 723) POC: LCDR K. Clevenger 400 Sand Island Parkway Honolulu, HI 96818-4398 M/F USCGC RUSH, Honolulu HI Contract number HSCG85-07-C-66RA90 C. CGC HAMILTON (WHEC 715) ITEM QUANTITY TYPE 1. Lockers 28 Type 4 (mod to one door) 16? wide, 22? deep and 71? high. Color is Bleach Sand 2. Berths 8 Modular, Type 1, Style 1, Size 2, color bleach sand; all berths to include light, curtain, and EEBD storage. 3. Berths 2 Modular, Type 4, Style 2, Size 2, color bleach sand; all berths to include light, curtain, and EEBD storage. Delivery Date is: 15 October 2007 Delivery Point: Commanding Officer USCGC HAMILTON (WHEC 715) 2680 Woden St San Diego, CA 92136-5491 M/F USCGC HAMILTON, San Diego, CA Contract number HSCG85-07-C-66RA90 D. CGC CHASE (WHEC 718) ITEM QUANTITY TYPE 1. Lockers 25 Type 4 (mod to one door) 16? wide, 22? deep and 71? high Color is Bleach Sand 2. Berths 1 Module, type 6, style 2 (with storage) 28? deep, 80.5? long and 71? high Color is Bleach Sand All berths are to include: light, curtains and EEBD storage 3. Berths 1 Module, type 1, style 2 (with storage) 28? deep, 80.5? long and 84? high Color is Bleach Sand All berths are to include: light, curtains and EEBD storage Delivery Date is: 1 Nov 2007 Delivery Point Commanding Officer USCGC CHASE (WHEC 718) 2680 Woden St San Diego, CA 92136-5491 M/F USCGC HAMILTON, San Diego, CA Contract number HSCG85-07-C-66RA90 E. CGC SHERMAN (WHEC 720) ITEM QUANTITY TYPE 1. Lockers 48 Type 4 (mod to one door) 16? wide, 22? deep and 71? high Color is Bleach Sand 2. Berths 24 Module, type 6, style 2 (with storage) 28? deep, 80.5? long and 71? high Color is Bleach Sand All berths are to include: light, curtains and EEBD storage Delivery Date is: 30 Oct 2007 Delivery Point Commanding Officer USCGC SHERMAN (WHEC 720) Coast Guard Island Alameda, CA 94501 M/F USCGC SHERMAN, Alameda, CA Contract number HSCG85-07-C-66RA90 STATEMENT OF WORK Statement of Work describes items to be provided by the contractor for USCGCs JARVIS and RUSH (Honolulu, HI), HAMILTON and CHASE (San Diego, CA), and SHERMAN (Alameda, CA). SCOPE The following list describes items to be provided 1. Provide modular berthing units as specified in accordance with Navy specification B-1B-1. a. Each modular berthing unit shall be as specified for each cutter with supporting structure capable of free standing when fully assembled. b. Each crew berth will be fully enclosed on three sides. c. Each crew berth will have a full length curtain track, with two navy blue curtains which will completely enclose the front side. d. Each berth will have a 6? deep storage space under the mattress accessible by a lifting lid. e. Each berth will have a front accessible drawer and the capability of locking lifting lid and drawer with a single padlock. f. Each berth will have headboard storage built into the supporting structure and a fluorescent reading light equipped with a standard 115V three-prong electrical outlet. g. Each berth will have a compartment to store an EEBD. h. Each berth will have an externally accessible locked drawer. i. Each berth will have a ventilation fan. j. Each berthing unit will be supplied with all assembly hardware. k. Each berth will have a front accessible drawer and the capability of locking lifting lid and drawer with a single padlock. 2. Provide lockers as specified in accordance with Navy specification type 4 locker modified to one door. a. Each locker will have a vertically hinged door with a latching handle, capable of being locked with a single padlock. b. Each locker door will have a three-prong coat hook capable of supporting a minimum of 30 pounds. c. Each locker will have a mirror and shelves on the inside of the locker door. d. Each locker will be delivered fully assembled. 3. All berthing units and lockers will include appropriate metal base for mounting to the deck. 4. Berthing units and lockers shall be bleach sand colored, with a baked enamel or powder coat finish. 5. All furniture shall be constructed to pass through a 26? x 66? opening and may be sectionalized to meet this requirement. Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract/s without discussions. Therefore, offeror?s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Quotes must contain the contractor?s Tax Information Number, and DUNS Number. Quotes must be received not later than 6 Sept 2007, 11:00 A.M. Local Alaska time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: (907) 228-0200 Attn: Rebecca Budde or e-mail rebecca.a.budde@uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (Sep 2006), FAR 52.212.2 Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUNE 2007). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-1, 52.219-6, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35-36-37, 52.232-33, 52.222-44, 52.225-1, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1 and HSAR 3052.209.70. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management.
- Place of Performance
- Address: UNKNOWN
- Zip Code: 94501
- Country: UNITED STATES
- Zip Code: 94501
- Record
- SN01376249-W 20070819/070817220710 (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 |