SOLICITATION NOTICE
J -- USCGC BERTHOLF CARPET& DECK SYSTEM RENEWAL - Specification
- Notice Date
- 6/24/2010
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-10-R-P30LL2
- Archive Date
- 7/24/2010
- Point of Contact
- Michael T Leonard, Phone: 510-637-5804
- E-Mail Address
-
michael.t.leonard@uscg.mil
(michael.t.leonard@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing Drawing Specification This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. The Solicitation number is HSCG85-10-R-P30LL2 and is issued as a Request for Proposals. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41. This is a 100% small business set-aside procurement. The NAICS Code is 336611 (Ship Building and Repairing) and the Size Standard is 1000 Employees. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. 1. Scope of Work: Contractor shall provide all labor, materials and equipment to renew the carpet in 13 berthing compartments and renew interior polymeric deck covering systems in 18 spaces and/or passageways on board CGC BERTHOLF in accordance with the attached Specification and Drawings. 2. Government Furnished Property: None 3. Period of Performance: 19 July 2010 to 25 August 2010. NOTE: The ship will be unavailable 17 August 2010 to 20 August 2010. The contractor must complete all disrupted spaces and remove interferences to insure that no decks are obstructed as of the end of the workday 16 August 2010. The contractor may resume work on 23 August 2010. 4. Place of Performance: All work will be accomplished at the cutter's home moorage, Coast Guard Island - Alameda, CA. 5. Price. Offerors shall insert their firm fixed prices here. Item D-01 Remove/Renew Carpet in 13 spaces throughout CGC BERTHOLF in Accordance with the attached Specification tiny_mce_marker________________________ Item D-02 Renew/Reseal Wet Decks in 18 spaces throughout CGC BERTHOLF in Accordance with the attached Specification tiny_mce_marker________________________ EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this synopsis/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: 1. Technical Capability, which consists of demonstrated capability and experience to provide the services required by the Specifications and Drawings. 2. Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below for at least three (3) and no more than five (5) contracts for the same or similar items, specifically, carpet renewal on a ship and renewal of interior polymeric deck covering systems (MIL-PRF-24613, Type III, Epoxy) on a ship, either currently being performed or completed in within three years prior to the date of this synopsis/solicitation. Provide as a minimum the following applicable information for each contract: a. Contract number, Names of contracting parties or agency, point of contact, specifically the Contracting Officer and the Contracting Officer's Technical Representative (COTR), including email address and telephone number of these identified individuals. b. Ship name, hull type, length, and displacement. c. Type of availability (dry dock, dockside, etc.) and where performed; d. Original contract commencement and completion dates, actual commencement and completion dates, and explanation of (i.e. reasons for) schedule slippage/extensions, if any; e. Award price and final contract price (award plus growth), including the total number of growth work changes and scope of these changes. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. (3) Proposal Risk Assessment: In addition to the above evaluation factors, the Government will perform a proposal risk assessment of each proposal at the Technical Capability sub-factor level. This risk assessment will evaluate the degree to which the proposed method of performance has potential impact upon: This risk assessment will aid the Source Selection official in making the best value determination. 4. Price: The total price will be the evaluated price. Technical and past performance, when combined, are approximately equal to cost or price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION APPROACH 1. An evaluation plan has been established to evaluate the factors set forth below and all proposals shall be subject to evaluation by a team of Government personnel in accordance with the plan. 2. The Government will evaluate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offeror's written proposal. The Government reserves the right to contact other government and commercial sources to validate information submitted in a proposal and to assess capability, past performance and responsibility. 3. Proposals, which are unrealistic in terms of price, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risks of the proposed contract. Such proposals may be rejected as unacceptable without further discussions. In addition, the Government reserves the right to eliminate from consideration those proposals so deficient in information as to require a major re-write or revision in order to become acceptable. 4. The technical evaluation factors and other factors other than price, when combined, are approximately equal to price. Price will not be a numerically weighted factor in the evaluation of proposals. If the two or more highest rated technical proposals are considered to be essentially equal in terms of technical competence, price may become the determinative factor in making an award. 5. The Government reserves the right to award a contract on the basis of evaluation of the original submission without discussions or call for Final Proposal Revisions. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures. 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. For the purpose of this solicitation technical capability and past performance are approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written AND NOT EXCEED TEN (10) PAGES and submitted in a legible format. Proposals must fully address all Technical Capabilities Factors and Past Performance. No reference to Price shall be included in the Proposal. Proposals must contain the contractor's Tax Information Number, and DUNS Number. Proposals must be received not later than 9 July 2010, 11:00 A.M. Local California time. Proposals received after the date and time specified will not be considered. Proposals may be submitted as an attachment to an e-mail addressed to: Michael.t.leonard@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 (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. An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation 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). 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, 52.219-8, 52.219-14, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232.33. The following additional Clauses are incorporated by reference: FAR 52.222-20 Walsh-Healey Public Contracts Act (Dec 1996) HSAR 3052.209.70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Offerors may contact Michael Leonard at (510) 637-5804 or Michael.t.leonard@uscg.mil for information regarding the solicitation. CONTRACTOR PERFORMANCE ASSESSMENT REPORT (CPAR) (a) GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor. OMBUDSMAN NOTICE NOTICE FOR FILING AGENCY PROTESTS 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 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 a 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 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 protests 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 below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-10-R-P30LL2/listing.html)
- Place of Performance
- Address: Coast Guard Island, Alameda, California, 94501, United States
- Zip Code: 94501
- Record
- SN02187758-W 20100626/100624235543-665f3d3443bac486ad39ca45a59fe776 (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 |