SOLICITATION NOTICE
J -- Overhaul CGC Eagle MDE - SPECIFICATION Rev-0
- Notice Date
- 8/26/2010
- 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-EAGLE
- Archive Date
- 9/2/2011
- Point of Contact
- Lori L. Ellis, Phone: 757 628 4646
- E-Mail Address
-
Lori.L.Ellis@uscg.mil
(Lori.L.Ellis@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Overhaul CGC Eagle MDE This combined synopsis/solicitation HSCG80-11-Q-EAGLE 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. A. REQUIREMENT: This requirement is to provide all labor, materials, and equipment to accomplish the work items identified in the attachment specification. The contractor shall be a Caterpillar service technician and be familiar with Coast Guard Caterpillar D-399 Engine. B. PERIOD OF PERFORMANCE: is 18 OCTOBER 2010 - 02 December 2010 (45) calendar days and will commence on or about 18 October 2010 and complete no later than 02 December 2010. C. PLACE OF PERFORMANCE: All work to be accomplished at the FT Trumbull State Pier, 15 Mohegan Ave, New London, CT. D. DESCRIPTION OF WORK: STATEMENT OF WORK FOR MAIN DIESEL ENGINE OVERHAUL TECH REP SERVICES - 2010 233_EFA_0270_WIX Diesel Engine (MDE) Overhaul, WIX-327 Class - Provide Technical Assistance and Oversight 1. SCOPE 1.1 Intent. The contractor shall provide all training and technical oversight required to ensure the proper and timely completion of the center section overhaul of the Main Propulsion Diesel Engine, Caterpillar, Model D-399 engine aboard the US Coast Guard Barque EAGLE (WIX-327) at the cutter's homeport of Fort Trumbull Pier, New London, CT 1.2 Government-furnished property. Caterpillar D-399 Complete Engine Overhaul Kit Caterpillar Special Tools for D-399 Engine Overhaul 2. REFERENCES COAST GUARD DRAWINGS None. COAST GUARD PUBLICATIONS Coast Guard Technical Publication (TP) 3330, Manufacturers Instruction Book - SWBS Group(s) 233-561. Coast Guard Technical Publication (TP) 4970, Main Diesel Engine - Model D399 - Service Manual. Coast Guard Technical Publication (TP) 4971, Main Diesel Engine - Model D399 - Parts Manual. OTHER REFERENCES None 3. REQUIREMENTS 3.1 General. The contractor shall provide all necessary hands-on training, technical assistance and technical oversight for the USCG crews to successfully perform the center section overhaul of the Caterpillar D-399 main diesel engine as required. The performance period shall be October 18, 2010 thru December 02, 2010. 3.1.1 The contractor shall ensure that the overhaul is performed in accordance with Coast Guard Technical Publications listed in Para. 2. 3.1.2 The contractor shall be a Caterpillar service technician and be familiar with Coast Guard Caterpillar D-399 engine. 3.2 Contractor Travel Required: The contractor shall travel to the cutters' home port of New London, Connecticut for period of performance. E. 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: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. 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. 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 02 SEPTEMBER 2010 at 11:00 a.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) 628-4677 Attn: SK1 Holubec or e-mailed to Kimberly.R.Holubec@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 (757) 628-4801 Attn: SK1 Holubec or e-mailed to Kimberly.R.Holubec@uscg.mil or Lori Ellis, Contract Specialist at (757) 628-4646 or via e-mail to Lori.L.Ellis@uscg.mil. Overhaul CGC Eagle MDE HSCG80-11-Q-EAGLE 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: 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 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest 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 3052.223-90 Accident and Fire Reporting HSAR 3052.242-71 HSAR 3052.242-72 Dissemination of Contract Information Contracting Officer's Technical Representative 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 (JAN 1999) 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) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 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: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 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)). 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-EAGLE/listing.html)
- Place of Performance
- Address: 15 Monehan Avenue, FT Trumbull State Pier, New London, Connecticut, 06320, United States
- Zip Code: 06320
- Zip Code: 06320
- Record
- SN02256311-W 20100828/100827000056-42bff7f7d5ea422c9c3f39df44b1f552 (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 |