Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2011 FBO #3452
SOLICITATION NOTICE

20 -- USCGC PAMLICO EMERGENCY DRYDOCK REPAIR - SPECIFICATION - RFQ

Notice Date
5/6/2011
 
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
HSCG85-11-Q-P45KR1
 
Archive Date
5/31/2011
 
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
Total Small Business
 
Description
PALMICO RFQ PAMLICO SPECIFICATION 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 This combined synopsis/solicitation 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; quotations are being requested and a written solicitation will not be issued. The Solicitation number is HSCG85-11-Q-P45KR1 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This requirement is being solicited as a 100% small business set-aside. The NAICS is 336611 with a size standard of 1,000 employees. Geographical Restriction: The vessel is limited to 100 nautical miles from the cutter's homeport of New Orleans, LA. This acquisition is for the emergency drydock repair of the USCGC PAMLICO (WLIC-800), a 160 Foot "A Class" Inland Construction Tender, including six (6) work items/CLINS. The vendor is required to provide the listed items as per the attached specification. The performance period is for Thirty (30) calendar days and will commence on or about 24 May 2011. All work shall be performed at the contractor's drydock facility. This solicitation is issued pursuant to FAR Part 13.5 Test Program for Certain Commercial Item. The Coast Guard intends to award a firm-fixed-price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation is considered most advantageous to the Government, price and other factors considered. Past performance is an evaluation factor. Anticipate award on or about 17 May 2011. The following FAR provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The contractor is required to identify past or current contracts with efforts relevant to this requirement. All contractor quotes are to include three (3) references within the last three (3) years. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. Please provide any warranty information or discounts. All applicable drawings are available and can be sent via email, if requested. Send all requests to Mia.R.Mayers@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. Quotations must contain the contractor's DUNS Number. Based on FAR 52.215-5 (OCT 97), quotes may be faxed to: (757) 628-4674 Attn: Mia Mayers or e-mailed to Mia.R.Mayers@uscg.mil. Contractors are responsible for verifying receipt of their quotes. All offers to this RFQ must respond no later than 12 May 2011 @ 4:00 pm (Eastern Time). All questions regarding this solicitation should be directed to Mia Mayers, Contract Specialist at (757) 628-4654 or via e-mail to mia.r.mayers@uscg.mil. Acceptance at destin
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-11-Q-P45KR1/listing.html)
 
Place of Performance
Address: Contractor's facillity, United States
 
Record
SN02441665-W 20110508/110506234107-2d0eacee58c42485359c1e6b43c3ec0b (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.