Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2010 FBO #3086
SOLICITATION NOTICE

20 -- DOCKSIDE FOR USCGC WASHINGTON - RFQ COMBINED SYNOPSIS

Notice Date
5/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-10-Q-P45GG0
 
Archive Date
5/26/2010
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Lori L Ellis, Phone: (757) 628-4646
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, lori.l.ellis@.uscg.mil
(Nancy.M.Brinkman@uscg.mil, lori.l.ellis@.uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATION FOR CGC WASHINGTON SCHEDULE OF SUPPLIES AND SERVICES This combined synopsis/solicitation HSCG80-10-Q-P45GG0 for commercial items is 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; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-40. This is a100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. A. REQUIREMENT: This requirement is to provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "SCHEDULE" IAW the provided specification. B. PERIOD OF PERFORMANCE: is TWENTY-FIVE (25) calendar days and will commence on or about 24 May 2010 and complete no later than 18 June 2010. C. PLACE OF PERFORMANCE: is onboard the USCGC Washington located at its home pier at: Naval Base Guam, Wharf Victor-3, US Coast Guard Sector Guam, Santa Rita, Guam 96915. The Period of Performance is expected to start on May 24, 2010. Point of Contact for ship access is MKC Jose Quinones at (671) 355-4855. Refer questions to Nancy Brinkman (757) 628-4579 or e-mail: Nancy.M.Brinkman@uscg.mil D. DESCRIPTION OF WORK: All work will be accomplished in accordance with the specification, USCGC Washington (WPB-1331) 110-Foot B Class Patrol Boat for Dockside Repairs 2010 (April 26, 2010/Rev 0) available on www.fbo.gov, or from the Contract Specialist, ph: (757) 628-4579 or email Nancy.M.Brinkman@uscg.mil E. PRICING DATA: Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any CLIN. "NSP" in the section means "Not Separately Priced." F. TRAVEL AND PER DIEM: CLIN C, "Travel and Per Diem" is applicable only to Contractors not within the local commuting area (75 miles) of the vessels location. It is anticipated that any Contractors within the 75 mile commuting area will enter "zero" (0) or "N/A" for the unit and extended price for this CLIN, on the Schedule of Supplies or Services. ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE 1-D Clean and Inspect Tanks (MP Fuel Stowage and Overflow JOB 1 2-D Inspect Tanks (MP Fuel Service) JOB 1 3-D Renew Floating Deck System (Galley and Mess Deck) JOB 1 A-O Composite Labor Rate Hours 80 B-D GFP Report NSP NSP C-D Travel and Per Diem Total Price of Definite Items Total Price of Option Items Total Price of Definite and Optional Items G. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). 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. Quotes must contain the contractor's DUNS Number. Quotes must be received not later than 11 May 2010 at 2:00 p.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 97), quotes may be faxed to: (757) 628-4676 Attn: Nancy Brinkman or e-mailed to Nancy.M.Brinkman@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to Nancy Brinkman, Contract Specialist at (757) 628-4579 or via e-mail to nancy.m.brinkman@uscg.mil. CGC WASHINGTON DOCKSIDE HSCG80-10-Q-P45GG0 APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses apply to this solicitation, and quoters may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JUN 2008) FAR 52.212.2 Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) with Alt 1 included. Note: An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications 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 (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) Addendum FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (APR 2010). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. FAR 52-252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov. FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness, and FAR 52.211-15 Energy Program Use (APR 2008) Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item (MAR 1989) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-1 Government Property FAR 52.245-9 Use and Charges HSAR 3052.211-70 Index for Specifications HSAR 3052.217-90 Delivery and Shifting of Vessel HSAR 3052.217-91 Performance HSAR 3052.217-92 Inspection and Manner of Doing Work HSAR 3052.217-93 Subcontracts HSAR 3052.217-95 Liability and Insurance HSAR 3052.217-96 Title HSAR 3052.217-97 Discharge of liens HSAR 3052.217-98 Delays HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair HSAR 3052.217-100 Guarantee HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work HSAR 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility HSAR 3052.223-90 Accident and Fire Reporting HSAR 3052.242-71 Dissemination of Contract Information HSAR 3052.242-72 Contracting Officer's Technical Representative HSAR 3052.245-70 Government Property Reports [Deviation] FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) Addendum: 1. SUBMISSION OF 10 USC 2323 DATA: Federal law (10 U.S.C.2323), as amended) requires submission of data on contracts and subcontracts awarded to small disadvantaged businesses, historically black colleges and universities, and minority institutions. The Contractor agrees to submit, upon request from the Contracting Officer, such information as may be required by the Government to meet the reporting requirements under the applicable law. 2. HSAR 3052.223-70 REMOVAL OR DISPOSAL OF HAZARDOUS SUBSTANCES APPLICABLE LICENSES AND PERMITS (JUN 2006) The Contractor shall have all licenses and permits required by Federal, state, and local laws to perform hazardous substance(s) removal or disposal services. If the Contractor does not currently possess these documents, it shall obtain all requisite licenses and permits within fifteen (15) days after date of award. The Contractor shall provide evidence of said documents to the Contracting Officer or designated Government representative prior to commencement of work under the contract. 3. VOLATILE ORGANIC COMPOUNDS (VOC) REGULATIONS (a) Contractors are required to comply with federal, state and local VOC compliance laws and regulations. Among other requirements, certain Contractors may also be required to operate pursuant to a Title V permit. The need for such a permit will depend on the provisions of the applicable state's "State Implementation Plan" (SIP) and the type/quantity of the Contractor's regulated emissions, including VOCs. Certain SIPs may also mandate certain Contractors to operate under the terms of a compliance plan intended to reduce VOC emissions. (b) Contractors, therefore, must submit the following to the designated NESU Port Engineer not later than two weeks after contract award: 1) Copies of any federal, state or local permits required and applicable to the use or application of VOCs at Contractor's facility or offsite work places; 2) Copies of any compliance plans required and applicable to the use or application of VOCs at Contractor's facility or offsite work places. (c) If no federal, state or local permits or compliance plans are required and applicable to the use or application of VOCs at Contractor's facility or offsite workplaces, then Contractor shall submit to the designated NESU Port Engineer a letter, notarized under oath, that such documents are not required. (d) Contractors will submit the following to the designated NESU Port Engineer not later than two weeks after contract award: Data Sheets (MSDS) documents, certificates, specifications or any other manufacturing data verifying the VOC ratings of paints to be applied to the Cutter in accordance with MLCA Standard Spec 63000N, Section 5.3.1. 4. REQUIRED INSURANCE: The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance **under this contract. In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairer's Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United States' Longshoremen's and Harbor Worker's Act. 4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. **The insurance certificate must provide the name of the US Coast Guard vessel and the contract number as specifically insured. 5. MAINTAINING, REPORTING, AND DISPOSING OF GOVERNMENT PROPERTY IN THE PERFORMANCE OF A SHIP REPAIR CONTRACT 1. The Government Property Clause incorporated by reference delineates the Contractor's overall responsibility when taking possession of government property in performance of a contract. In performance of this contract the Contractor will be required to properly identify, track and control property within its possession. This includes, a) property furnished by the government (GFP) to the Contractor in conjunction with specific CLIN Items. These items and their values are listed in the specification, b) property that is pre-existing in a location that during the course of performance will be replaced or renewed. 2. The items listed in the specification, as government furnished property will be provided in the quantities designated. Government furnished property may be provided in person by an official Coast Guard employee, shipment via commercial carrier, etc. The Contractor shall sign for all government furnished property using either a DD Form 1149, entitled, "Requisition and Invoice/Shipping Document" or a DD Form 1348, entitled, "Issue Release/Receipt Document". A copy of the DD 1149 or DD 1348 must be sent within 48 hours of receipt of property, to the designated Government Property Administrator. The name of the individual assigned as Property Administrator will be furnished to the Contractor at time of award. The Contractor shall not take receipt of property that is not listed in the specification, has not been previously identified as becoming part of the contract (via contract modification) or which otherwise cannot be identified. Such irregularities shall be immediately reported to the Property Administrator. 3. The Contractor shall complete the report provided herein, entitled, "Government Property Report". This report is intended as a living document whereby relevant fields shall be filled in, maintained and kept current at all times. All property described in paragraph 1 (a and b) above shall be reported on the report. At contract completion the Contractor and the Property Administrator shall ensure that all fields are appropriately completed. A signature block is provided at the end of the report for both parties to attest to the report's accuracy and completeness. The Government Property Report shall clearly delineate the complete track that all Government property took over the course of the contract. This completed report must accompany the Contractor's final invoice. Final payment may be delayed, without penalty of interest, until such time as the report is received. A separate copy of the completed report and any final DD 1149s or DD 1348s executed, as a result of carrying out disposition instructions shall be provided to the Property Administrator. 4. Pursuant to the Government Property Clause the authority to render disposition instructions of Government property associated with this contract is delegated to the Property Administrator. The Contractor shall comply with all instructions in the contract for the return of government property to the Coast Guard. This includes government property taken off the vessel (shafts, propellers, etc.), government property returned to the vessel (special tools, etc.) or surplus government property not used during performance of the contract. 6. CONTRACTING OFFICER'S AUTHORITY: No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. 7. CONTRACTOR PERFORMANCE EVALUATION The resultant Contractor's performance will be evaluated throughout the contract period for inclusion into a Contractor Performance Report (evaluation) by the end user(s) for use by this agency and other Government agencies on future source selection award decisions. The report will be completed by the assigned Contracting Officer's Technical Representative (COTR) at the completion of the contract. Upon review by the Contracting Officer, the results will be provided to the Contractor who will be given a period of thirty days to review and provide comments. Contractor comments will be reviewed and considered by the Contracting Officer. In the case of a contract with option years, an interim report will be completed on the anniversary date of the contract each year. The areas to be evaluated are: Quality of Product or Service Meeting SDB Subcontracting Requirements (as applicable): Cost Control (as applicable) Subcontractors Timeliness of Performance Contractor Manager/Principal Investigator Business Relations Overall Comment Each area will be evaluated using the following adjectival scale: Outstanding (5), Excellent (4), Good (3), Fair (2), Poor (1), and Unsatisfactory (0). The performance evaluation process will be accomplished by all participants electronically using the National Institutes of Health (NIH) Contractor Performance System (CPS) via the Internet. The CPS is an all-inclusive system with many built-in levels of security designed to safeguard your performance evaluation throughout the entire process. Unless already registered, the Contractor is required, upon award, to register with NIH. To do so, the Contractor shall go to https://cpsContractor.nih.gov. In order to ensure that the Contracting Officer provides the correct person electronic access to the performance evaluation report for review and comment, the Contractor shall provide to the Contracting Officer, (1) the Primary Contractor representatives name, e-mail address, telephone number and unique identifier and (2) the Secondary Contractor representatives name, e-mail address and telephone number. This information must be relayed to the Contracting Officer exactly as provided at time of NIH registration. The Contracting Officer will contact the Contractor for this information, upon award. The Contractor will receive a system generated e-mail notification when the performance evaluation for this contract is ready for review. The Contractor will access the Contractor Module of the system, review the evaluation and submit desired comments. The notification e-mail will contain instructions for the Contractor's Representative to log in with his or her unique ID in order to obtain a personal identification number (PIN). The PIN may be used to access this Contractor's evaluation only, and will be deactivated after the evaluation has been reviewed and comments have been submitted. The Contractor should be mindful that the system provides thirty days to electronically submit comments. If no comments are received during the thirty-day period, the system will automatically set the evaluation to completed status and will incorporate a statement to the effect that no comments were received within the time limit. The fully completed report is automatically sent to the Contractor by the system for viewing and may, at that time, be printed. The Contractor is encouraged to visit https://cpsContractor.nih.gov, CPS Info, Contractor Information, to become familiar with the system and the on-line Contractor User's Manual. NIH charges the Coast Guard a usage charge, per user, based on time spent in the system. Therefore, promptly log off the system when not in use. 8. INSPECTIONS: Except as specified elsewhere, the U.S. Coast Guard shall rely on the Contractor to accomplish all inspection and testing needed to ensure that the work conforms to contract quality requirements. Records of all inspection work by the Contractor shall be kept complete and available to the Government during the term of this contract and for such longer period as may be specified elsewhere in this contract. The name and telephone number of the U.S. Coast Guard Inspector will be provided after the award of a contract resulting from this solicitation. 9. GROWTH WORK: (a) The Contractor shall not perform growth work without the Contracting Officer's authorization. Growth work is work within the scope of the contract, which has not been previously priced as a pre-priced CLIN. The Contracting Officer reserves the right to contract for growth work on the basis of a negotiated, firm, fixed price, when it is in the best interest of the Government. If a firm-fixed price contract is awarded, and during the performance period a repair within scope is identified but the Contracting Officer and Contractor are unable to agree on the cost of the work, a bilateral modification may be incorporated into the contract using a Time and Materials modification for this specific repair. In this situation, FAR 52.212-4, Alternate I will be incorporated. (b) The Contractor shall furnish a price breakdown directly to the Contracting Officer, itemized as required by the Contracting Officer, of any proposal submitted for a contract modification. Unless otherwise directed, the breakdown shall be submitted on an MLCA 002 proposal form provided at the arrival conference permitting an analysis of all materials, labor, equipment, subcontract, overhead costs, and profit covering all work involved in the change/modification whether such work was deleted, added or changed. Any amount claimed for subcontracts shall be supported by a separate, similar price breakdown. If the proposal includes a request for a time extension, justification shall be furnished with the proposal. (c) This clause is to be used in conjunction with the clause COMPOSITE LABOR RATE incorporated into this solicitation. The Contractor is required to have and/or furnish all tools and equipment incidental to each bench trade. Supplies such as wiping rags, hacksaw blades, sandpaper, welding wire, helium, etc., are also to be furnished by the Contractor. Other materials are to be charged at regular rates and prices currently in effect and as agreed to by the Contracting Officer. Material shall be best commercial quality available except where a precise specification is indicated in which case the specification shall apply, e.g., MILSPEC, FEDERAL SPEC. 10. COMPOSITE LABOR RATE: The composite labor rate offered shall be the sole labor hour rate used to price the prime Contractor's direct labor hours for contract changes, i.e. growth work. The Contractor shall not receive any compensation in addition to this rate for the prime Contractor's direct labor associated with such changes under this contract. (a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: Supervision and Management Planning and Estimating Material Handling Housekeeping Engineering Transportation/Drivers Quality Assurance Contract Administration Security Testing (b) The composite labor hour rate will be applied to production labor hours only. Production labor hours include only those hours necessary and reasonable to perform direct production functions and do not include the hours expended on the support functions listed above. This exclusion of support function hours applies whether such support functions are normally charged directly or indirectly by the Contractor's accounting system. These support functions are to be priced into the composite labor rate quoted and shall not be separately compensated. (c) The Quantity of Composite Labor hours indicated in the Schedule of Supplies/Services is only an estimate and is an Optional Item pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of additional hours that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule and its discretion during performance of the contract. The inclusion of this item does not obligate the Government to exercise the item nor entitle the Contractor to compensation if not exercised. 11. METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR: Invoices submitted by the Contractor which are deemed not proper, in accordance with FAR clause, 52.212-4 will be returned. Invoices shall include (see the clause for a full summation of invoice requirements): 1. Name and Address of the Contractor; 2. Invoice date 3. Contract Number/Modification No. 4. Description, quantity, unit of measure, unit price and extended price; 5. Shipping and Payment Terms; 6. Name and Address of Contractor official to whom payment is to be sent; 7. Name, title, phone number, and mailing address of person to be notified in the event of a defective invoice. The invoice must include: a) The percentage of completion for each CLIN identified; b) Name of the Contracting Officer; c) Vessel name; and, d) The overall percentage and dollar amount previously billed, currently billed and unbilled, e) The Data Universal Numbering System (DUNS) number. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR), (see FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003)). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, the DUNS number shall be recorded on every invoice submitted to the U.S. Coast Guard. All items of work invoiced under this contract will be confirmed by the Contracting Officer's Technical Representative (COTR) as accurate and complete. Any amount deemed not payable will be deducted from the Contractor's invoice. Deducted amounts may be resubmitted on the next invoice for reconsideration. Additional work verbally agreed to by the parties that has not yet been incorporated into the contract by modification shall not be included in an invoice. Payments will not be made for any work to which a modification has not been properly executed. Invoices submitted for payment that includes such a request will be reduced by the unmodified amount. Invoices shall be mailed to the designated billing office, as follows: USCG Finance Center 1430A Kristina Way Chesapeake, VA 23326 The contractor's final invoice submitted under the contract must be marked as follows: THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER CONTRACT NUMBER (to be assigned upon contract award). NOTE: 10% OF THE TOTAL CONTRACT PRICE WILL BE WITHHELD UNTIL ALL DELIVERABLES, REQUIRED BY THE CONTRACT, ARE RECEIVED AND ACCEPTED. 12. CONTRACT DEFICIENCY REPORT: The Contracting Officer or Contracting Officer's Technical Representative (COTR) may issue a Contract Deficiency Report (CDR), MLCA Form 005. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved by the Contracting Officer, to the COTR. The COTR will comment on the Contractor's response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the Contractor, IBCT Technical Representative, the NESU and Program Manager. The Contracting Officer will render a final determination and provide it to the Contractor and COTR in writing. (End of FAR 52.212-4 Addendum) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) ADDENDUM FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: http://www.arnet.gov/index.html. 13. FAR 52.217-5 Evaluation of Options (JUL 1990) 14. WELDING CERTIFICATIONS AND QUALIFICATIONS: This solicitation may contain welding line items as either Definitive or Optional Items. The Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and MLCA Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. 15. FAR 52.211-14 -- NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 16. FAR 52.211-3 AVAILABILITY OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS AND STANDARDS AND COMMERCIAL ITEMS DESCRIPTIONS (JUN 1988) Orders for U.S. Coast Guard specification reference drawings must be placed within 3 days of the solicitation issue date. To request drawings, contact Nancy Brinkman via email atNancy.M.Brinkman@uscg.mil All requests should identify the solicitation number. U.S. Coast Guard specification reference drawings are available in CD-ROM format and are provided free of charge. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.). USCG Surface Forces Logistics Center 300 E. Main Street Suite 600 Norfolk, VA-23510-9102 Drawing measurements should be verified by the Contractor prior to ordering materials. 17. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) The Government will award a contract 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: The offeror shall identify at least two (2) relevant (construction, overhaul, repair and alteration of ships) federal, state or local government or private contracts performed during the last three (3) years. For each contract, list: a. Contract number and customer point of contact (including two (2) points of contact With telephone numbers) b. Dollar value of the contract (Original and Final) c. Type of service performed and whether Prime or subcontractor d. Required completion date for the contract e. Date the services were actually completed f. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, Cost Type) h. Percentage of growth in contract price (Additional work divided by award price) If subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. 18. PAST PERFORMANCE: The past performance evaluation will take into account the guidelines outlined at FAR 15.305(a)(2) Past Performance Evaluation. The Contractor's past performance will be evaluated according to the following factors and questions: - Quality of Product or Service Did the customer get what was specified? Did the customer consider the final product high in quality? If warranty issues arose, were they promptly corrected? - Timeliness of Performance Was the contract completed on time? If not, reason why not (growth work, Contractor delayed, government delayed?) - Business Relations How was the customer service? Was the Contractor committed to customer satisfaction? Would you use this company again (Why/Why not)? - Subcontracts Were subcontracts involved? Comments? In evaluating Contractors past performance, the government intends to also review U.S. Coast Guard Contractor Performance Reports and other existing past performance ratings on relevant contracts. General trends in a Contractor's performance will also be considered. 19. PRICE: Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness.. ****Past Performance is more important than Price**** (End of FAR 52.212-2) 20. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jun 2008) 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 (m) of this provision.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45GG0/listing.html)
 
Place of Performance
Address: onboard USCGC WASHINGTON at it's home pier at:, NAVAL BASE GUAM, WHARF VICTOR 3, US COAST GUARD SECTIOR GUAM, SANTA RITA, GUAM 96915, SANTA RITA, Non-U.S., 96915, Guam
 
Record
SN02140645-W 20100507/100505234703-dd9473487af962e92e1e635eac818c1e (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.