Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOLICITATION NOTICE

J -- STA SABINE (CG 24528) SPC-SW BOAT REPAIR - Schedule for Pricing - Package #2

Notice Date
1/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
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
HSCG40-11-Q-P45M54
 
Archive Date
2/11/2011
 
Point of Contact
Mia R Mayers, Phone: 757-628-4654
 
E-Mail Address
Mia.R.Mayers@uscg.mil
(Mia.R.Mayers@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification (CG 24528) Schedule for pricing (CG 24528) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-11-Q-P45M54 applies, and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 (Jan 12, 2011). This acquisition is for the repair of STATION SABINE (CG 24528) SPC-SW Boat and is in accordance with the attached repair specification (January 13, 2011/Rev-1). CG 24528 is being repaired as a result of a mishap. Place of Performance is the contractor's facility. The Coast Guard does not intend to pay for the information solicited. The U.S. Coast Guard, Surface Forces Logistics Center, Small Boat Product Line intends to award a Firm Fixed Price Contract on a sole-source basis. The North American Industry Classification System (NAICS) code is 336612 and the business size standard is 500 Employees. This synopsis/solicitation is issued pursuant to FAR 6.302-1 and HSAM 3006.302-1. The resultant contract will be awarded using Simplified Acquisition Procedures in accordance with FAR 13. The U.S. Coast Guard intends to negotiate and make award to Metal Shark. It is the Government's belief that only Metal Shark, the original boat manufacturer and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully complete the repairs. Concerns having the expertise and required capabilities to provide the requirements of this solicitation in accordance with the specification are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying that the offeror is an authorized distributor, and verifying that genuine OEM parts will be supplied. SCHEDULE OF SUPPLIES/SERVICES: PRICING DATA: Definite Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert pricing for all CLINs listed unless "NSP" is printed in the Unit Price column for any CLIN. "NSP" in the section means "Not Separately Priced." The following Contract Line Item Numbers (CLIN's) shall apply: (see attached schedule for pricing) Provide the basis for determining that proposed pricing is reasonable. Include any published price lists, etc. The following FAR provisions and clauses apply to this request for quote and are incorporated by reference and/or full text as required: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb1998) 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 the full text available. Also, the full text of a clause may be accessed electronically at http://www.acquisiton.gov. FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.215-5 Facsimile Proposal (Oct 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt 1 (Jul 1995) 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) FAR 52.247-34 HSAR 3052.211-70 F.O.B Destination (Nov 1991) 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 (AUG 2008) "Deviation" FAR 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989) VARIATION The Government may require the performance of the numbered line items, identified in the Schedule as option items, at the unit prices stated in the Schedule. The option quantities shown in the Schedule are estimates only. The Government has the right to require performance of these items at the quantities deemed necessary. Therefore, the Government may exercise an option item on more than one occasion during the contract performance period. The Contracting Officer will provide initial notification of the exercise of an option either verbally, by facsimile, or both. When time is of essence initial notification will be provided verbally followed within 24 hours by a facsimile of confirmation. A contract modification will be executed shortly thereafter to include those options wherein exercise notification was provided. Such options may be exercised at any phase during the contract performance period as stated herein, or any extension of the performance period. To maintain the contract performance period the Contractor shall commence performance of an option item immediately upon receiving initial notification; but, not later than 24 hours thereafter, unless proper sequencing of the work requires a delay in beginning performance of the option. In that case, the option item shall be commenced as soon as proper sequencing permits. The exercise of any option item listed in the Schedule will not normally extend the contract performance period. However, the Contracting Officer may consider a request by the contractor for contract extension if an option is exercised after 50% of the contract performance period has expired. (End of Clause) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) applies (with the exception of paragraph f). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable, 3) Duns & Bradstreet number, 4) Taxpayer ID number 5) Pricing, 6) Availability: indicate your earliest availability and anticipated period of performance as performance is required as soon as possible, indicate known long lead times for parts and provide technical capabilities as required. Contractor shall be registered in CCR before receiving award. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) Technical capability, Price and Performance availability are evaluation factors. Award may be made to a responsible offeror whose offer conforms to the solicitation and provides the best value. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010) Alt 1. Shall be submitted with your offers. Note: An offeror shall complete only paragraph (b) 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 (c) through (m) of this provision. Alternate (APR 2002) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2010). The following clauses within FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)) FAR 52.222-3 Convict labor (Jun 2003) (E.O. 11755) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793) FAR 52.222-37 Employment Reports Veterans (Sep 2010) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513) FAR 52.225-1 Buy American Act-Supplies (Feb 2009) FAR 52.225-13 Restriction 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) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332) Refer questions to Dottie Rawls, Acquisition Support (757) 628-4540/ Dorothy.Rawls@uscg.mil or Mia Mayers (757) 628-4654/ Mia.R.Mayers@uscg.mil. Quotes must arrive no later than 1:00p.m. (EST) 20 January 2011. Quotations may be sent via Fax or email. The telephone number for receiving facsimiles is to (757) 628-4562.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-11-Q-P45M54/listing.html)
 
Record
SN02360697-W 20110116/110114234213-cc0b32ad616578a01f42af3251b95e32 (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.