Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

20 -- HULL PLATING SIDE SCAN

Notice Date
8/18/2010
 
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_11_Q_P45011
 
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
This combined synopsis/solicitation HSCG80-11-Q-P45011 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 2005-44. This is a100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. 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 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 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 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 below: Commandant (CG-9131) U.S. Coast Guard Headquarters Procurement Planning & Oversight Division 1900 Half St. SW, JR11-0203 Washington, DC 20593 Telephone: (202) 372-3692 / Fax: (202) 475-3904 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 SEVEN (7) calendar days. Schedule is listed below: 1. CGC MONOMOY 10/24/2010 - 10/31/2010 2. CGC MAUI 2/14/2011 - 2/21/2011 3. CGC BARANOF 5/29/2011 - 6/5/2011 C. PLACE OF PERFORMANCE: All work to be accomplished at the contractor's drydock facility in the Kingdom of Bahrain. D. DESCRIPTION OF WORK: Hull Plating (Side Scan), Ultrasonic Testing 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to perform thickness measurements of underwater (u/w) hull plating and free board up to the data couple by ultrasonic side scan method. Work is to be performed onboard USCGC Monomoy, Maui, and Baranof at one of the following addressed shipyards listed below: a. Arab Shipbuilding and repair yard, Kingdom of Bahrain b. Bahrain Ship Repair & Engineering Company, Kingdom of Bahrain Point of contact in Bahrain shall be LTjg Sarah Foley, cell: (757) 647-5143. For all other questions please call LTjg Caitlin McCabe, cell: (757) 274-7100. 1.2 Government-furnished property. None. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 110B WPB 111-003, Rev H; Shell Expansion (For B & C class 110's) Coast Guard Drawing 110 WPB 111-001, Rev A; Shell Expansion (For A Class 110's ONLY) Coast Guard Drawing 110 WPB 85-2, Rev -; Docking Plan COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Jan 2009, General Requirements OTHER REFERENCES American Society for Nondestructive Testing (ASNT) SNT-TC-1A, 2006, Recommended Practice for Nondestructive Testing Personnel Qualification and Certification 3. REQUIREMENTS 3.1 General. The Contractor shall use drawings listed in Section 2 herein as guidance during the performance of work specified herein. 3.1.1 Interferences. The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): Docking blocks. 3.1.2 Work coordination and preparation. The Contractor shall plan all specified vessel work detailed in this specification package to ensure the side scan survey does not necessitate a work stoppage. Abide by the following guidance, to facilitate the ultrasonic survey: 3.2 Side scan requirements and procedures. 3.2.1 Testing company and personnel. The Contractor shall provide the services of a qualified ultrasonic testing company, with suitable side scan equipment, to conduct a "Scanning Crawler Automated Test" of the vessel's u/w hull plating for the presence of metal corrosion and deterioration. Ensure the following: • All scanning shall be completed by a certified automated scanner with a proven history and certificate of qualifications. • An ASNT Level III Analyst shall be on site during the entire scanning process, to review all scanning data. • All readings shall be completed by an ASNT Level II Analyst. 3.2.2.1 Provide a daily update to the COTR on all areas inspected and potential issues or schedule changes. 3.2.2.2 Notify the COTR at least 3 days prior to completion for an onsite review of readings and repair areas. 3.2.3 Scanning parameters. The Contractor shall use the following parameters during the course of this inspection: • Scanning resolution shall be set to (.5x.5). • Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage greater than or equal to 15% nominal plate thickness shall be highlighted in RED and designated as "repair areas". • Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage greater than or equal to 10% to 14% of nominal plate thickness shall be highlighted in YELLOW. • Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage less than 10% of nominal plate thickness shall be highlighted in DARK GREEN. • Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage greater than or equal to 25% nominal plate thickness shall be highlighted in RED and designated a repair area. • Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage greater than or equal to 15% to 24% of nominal plate thickness shall be highlighted in YELLOW. • Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage less than 14% of nominal plate thickness shall be highlighted in DARK GREEN. • Hand held UT readings shall be taken to verify bad metal areas found with the side scan equipment. All readings shall be provided to the COTR and the lowest reading marked on the hull at the bad metal location. • Areas that are accessible but cannot be scanned by scanning equipment shall be hand-scanned. Any repair areas found during the hand scan shall be marked on the ships hull and their approximate positions recorded on the plate drawings and report summary. NOTES 1. Any scanning parameter or scope of work changes must be approved by the KO. 2. The echo to echo transducer is not authorized due to inconsistent readings and technical difficulties. 3. There shall be no deviation from the color scheme specified above! 3.2.4 Inspection exclusions. The side scan inspection area includes the Port, Starboard, and Transom exterior shell plate below the water line, but shall exclude the following: • Areas under and within 6-inches of blocks and side blocks (areas that are accessible 6 inches from blocks and side blocks must be hand scanned.) • Areas up to 6-inches around any obstacle on the hull including sea suctions, discharges, rudderposts, knuckle, bow stem, stabilizer tubes, and stern tubes, as applicable. • Any areas blocked by immovable scaffolding or shipyard activity. 3.3 Side scan reports. The Contractor shall submit to the COTR a final report within 14 working days after the side scan inspection is completed. A copy of all repair areas shall be summarized and clearly marked on the hull with white or yellow marking paint and submitted to the COTR prior to departing the job site. Submit two hard copies of the report with two CD's containing the electronic (raw) data. Ensure that the reports shall include: • Inspection overview. • Data sheets for each plate with designated repair areas outlined in blue. • Mosaic of scanned data overlaid on Coast Guard Drawing 110 WPB 111-1. 3.3.1 Photos. Provide digital photos of all designated repair areas. 3.3.2 Electronic files. CD's shall contain a complete copy of the report, interactive data files, and digital pictures. All electronic files shall be compatible with standard USCG workstation operating software. Electronic files format shall be such that the CG has the capability to change the percent of wastage (format conditioning) per plate. Electronic files shall be capable of being opened using MS Word, Ms Excel, or PDF software. Digital pictures shall be recorded in JPEG format. 4. NOTES This section is not applicable to this work item. 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 2-D, "Travel and Per Diem" is only applicable to Contractors outside the local commuting area (75 miles) of the vessels location. **Travel time to the destination of the Kingdom of Bahrain requires 24 hours one-way. This time should be computed based on the composite labor rate and added to the Travel and Per Diem for vessel. 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. SUPPLIES/SERVICES AND PRICES/COSTS FOR: USCGC MONOMOY (WPB-1326); MAUI (WPB-1304); BARANOF(WPB-1318) DRYDOCK AVAILABILITY 2011 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE 1-D SIDE SCAN for CGC MONOMOY JOB 1 2-D TRAVEL AND LODGING JOB 1 3-D SIDE SCAN for CGC MAUI JOB 1 4-D TRAVEL AND LODGING JOB 1 5-D SIDE SCAN for CGC BARANOF JOB 1 6-D TRAVEL AND LODGING JOB 1 B-D GFP Report NSP JOB 1 NSP Total Price of Definite Items G. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance is more important than price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, 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. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items, plus offer price for optional item, plus the composite labor hour extended total. Please provide any warranty information. 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 and must contain the contractor's DUNS Number. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. Quotes must be received not later than Sept 13, 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 All questions regarding this solicitation should be directed to Nancy Brinkman, Contracting Officer at (757) 628-4579 or via e-mail to nancy.m.brinkman@uscg.mil. HULL PLATING SIDE SCAN FOR CGC MONOMOY, MAUI, & BARANOF HSCG80-11-Q-P45011 APPLICABLE CLAUSES AND PROVISIONS The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: (1) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) ADDENDUM 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.arnet.gov/far/index.html FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.215-5 Facsimile Proposals (OCT 1997) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (JUNE 2007) FAR 52.245-9 Use and Charges (JUNE 2007) HSAR 3052.211-70 Index for Specifications (DEC 2003) HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (JUN 2006) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) HSAR 3052.245-70 Government Property Reports (JUN 2006) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) applies (with the exception of paragraph f). Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (Oct 2008) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (Aug 2009). Vendors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. 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. (End of clauses.) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) The provision at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (7) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (8) [Reserved] _X_ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (11) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (12)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2010) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (13) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (14) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (15)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (16) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (18) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 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.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80_11_Q_P45011/listing.html)
 
Place of Performance
Address: KINGDOM OF BAHRAIN, Non-U.S., Bahrain
 
Record
SN02246137-W 20100820/100819000321-41b1c4f29b479422f8118afc6a49cdf7 (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.