MODIFICATION
20 -- NEW COMPOSITE HAWSE PIPE TYPE MARINE CAMELS
- Notice Date
- 8/22/2012
- Notice Type
- Modification/Amendment
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027, United States
- ZIP Code
- 02209-1027
- Solicitation Number
- HSCG24-12-Q-PBF467
- Archive Date
- 9/14/2012
- Point of Contact
- Jane H McKenzie, Phone: 617-223-3159
- E-Mail Address
-
jane.mckenzie@uscg.mil
(jane.mckenzie@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTE: HSCG24-12-Q-PBF467 is hereby amended per below. Please note amended specifications for marine camels below This is a combined solicitation/synopsis 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 ; quotes are being requested and a written solicitation will not be issued. HSCG24-12-Q-PBF467 is issued as a Request for Quotations. The incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-59. This is 100% Small Business Set Aside, the applicable NAICS is 326199, small business size standard is 500 employees. QUOTE: Three (3) Floating Marine camels meeting specifications in HSCG24-12-Q-PBF467 including delivery to USCG BASE BOSTON, 427 Commercial St., Boston MA 02109 Contractors quote shall include delivery time After Receipt of Order with quote. Contractor shall also include unit pricing including delivery for up to 7 total floating marine camels Contractors submitting quotes shall include sufficient technical materials to allow for evaluation of marine camels being quoted. If sufficient technical material is not included with quote, quote may be deemed non-responsive. Contractors submitting quotes MUST include DUNS number with quote. Specification: NEW COMPOSITE HAWSE PIPE TYPE CAMELS AT USCG BASE BOSTON, MA Location of work: Piers 2A/B, and 3A/B 427 Commercial Street, Boston, MA 02109 Building 14 1. General: 1.1 General Description: The contractor shall fabricate and deliver a minimum of three (3) floating marine camels with unit pricing for up to 7 total to be used for the protection of ships, harbor craft, wharves, and piers from damage due to vessel maneuvers where vessel-to-pier contact may occur. Along with a bid, the contractor shall provide a detailed drawing/sketch of the marine camel's cross section and side view (including all specified dimensions below) 1.2 Location of Delivery: Deliver to U.S. Coast Guard Base Boston on 427 Commercial Street, Boston, MA 02109. 1.3 Questions Prior to Quote: Technical questions and arrangements can be made by contacting DCCM Jamey Spurgeon at 617-223-3273. 1.4 Offload: The Coast Guard will have a crane available to lift the marine camels off the existing flatbed truck. The contractor must ensure that the delivery truck is suitable to allow a 35 ton, Grove Crane to safely offload the marine camels. 1.5 Delivery Coordination: All work shall be coordinated by DCCM Jamey Spurgeon. 1.6 Work Hours: All other work called for by the specification shall be coordinated during the hours 7:00 to 3:00 pm, Monday thru Friday. Deliveries on Saturday can be coordinated if requested by contractor at a minimum of 2 weeks in advance. 1.7 Identification: Delivery personnel are required to have a valid driver's license and provide all required documentation for carrying the shipment. 1.8 Final Inspection and Acceptance: The contractor shall be responsible for any damages sustained to the shipment prior to the Coast Guard removing the marine camels from the flatbed truck. 1.9 Warranties: The Contractor shall provide all warranties either implied or expressed. A minimum of 1 year shall be required. 2. Specific Requirements: 2.1 Composite Camel: Deflection key performance factor is new. Reinforced plastic composite marine camel shall be comprised of a single cylindrical outer High Density Polyethylene (HDPE) skin for abrasion resistance and reinforced with polymeric material inside for strength. The camels shall be comprised of a single cylindrical steel pipe core or fiberglass core. The void inside shall be filled with polyurethane foam or suitable equivalent. All material used shall be suitable for the marine environment and resistant to corrosion. The camel shall have a round cross section cut flat on both ends. The camel shall have HDPE end plates seal-welded to each end of the camel. The camel body shall have vertical chain guide assemblies that allow holding chains to pass through, as required to hold the installed camel in position. The plastic composite marine camel shall be manufactured in a continuous process that will result in it having no joints. The plastic composite marine camel shall conform to the design requirements specified herein. Key performance Factors if utilizing fiberglass: Straightness: (gap, bend or bulge inside while laying on a flat surface) : <1.0 inches per 10 feet in length. Deflection: When camel is lifted on one end and opposite end is on ground, <2.5 ft over 38 ft length. 2.2 Dimensions: Dimensions for the reinforced plastic marine composite camel shall be as shown below: a. Length: 38 feet +/- 1 foot b. Overall Diameter: 38 inches +/- 1inch c. Straightness (gap, bend or bulge inside while laying on a flat surface) : <0.5inches per 10 feet in length or if quoting fiberglass: (gap, bend, or bulge while laying on a flat surface): <1.0 inches per 10 feet in length d. Outer Wall Thickness: 1 1/8 inches +/- 1/8inch e. Fiberglass core : state specification or Steel pipe core : 36 inches, Schedule 20. f. Freeboard: 18 inches +/- 2 inches under the self weight of the camel. g. Hawse Pipe Collar Diameter: 6 inches h. Hawse Pipe Collar Thickness: 1inch i. Hawse pipe Dimension: Nominal Pipe Size: 3 1/2 inches Inner Dimensions: 3.54 inches Schedule: 40 j. Deflection: if utilizing fiberglass: when camel is lifted on one end and opposite end is on ground, <2.5 ft over 38 ft length 2.3 Central Strength Member: An internal steel core, which is of welded construction, fabricated in accordance with applicable AWS D1.1 welding procedures, will incorporate a tension member or other specified internal structure with appropriate end plates. 2.4 Outer Skin: The outer skin shall be abrasive resistant HDPE plastic. The plastic shall be mixed with the appropriate colorants (BLACK), UV inhibitors, and antioxidants. 2.5 Chain Guide Assembly: Hawse pipe shall be stainless steel (type 316) for corrosion resistance. Assemblies shall consist of a pipe sleeve to allow a standard 3/4 inch galvanized proof coil chain with 7/8 inch end length links to pass through the camel, position and each end of the camel. 2.6 Closed Cell Rigid Foam: The void inside the composite marine camel shall be filled with closed cell rigid foam approximately 2 pounds per cubic foot, throughout the entire length of the camel Contractors submitting quote must have valid DUNS number and active registration on Contractor Central Registration. For further information and registration, please access www.ccr.gov Registration is free. * Company's quote(s) should include: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offers; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5. Terms of any express warranty; 6. Price, availability, and any discount terms; 7. Remit to address if different from mailing address; 8. A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9. Acknowledgement of solicitation amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11. If the offer is not submitted on a SF1449, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12. Company Tax Information and DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain the full text versions of theses clauses electronically at http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) the evaluation criteria will be price and technical adherence to specifications and delivery time FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUNE 2010) The following provisions of FAR 52.212-5 (JULY 2012) are incorporated CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2012) (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_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X_ (42) 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). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Facsimile Proposals are acceptable and the fax number for submission for facsimile proposals is: 617-223-3154 FAR 52.215- 5 Facsimile Proposals (OCT 1997) 52.215-5 Facsimile Proposals. (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 617-223-3145 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (Jun 2006). (a) Prohibitions. Homeland Security Act, Section 835 of the Homeland Security Act, 6 U.S.C. 395 would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. held- In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purpose of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. The offeror under this solicitation represents that {Check one}: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria (HSAR) 48 CFR 3009-.104-70 through 3009.104-73, but plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) 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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCB/HSCG24-12-Q-PBF467/listing.html)
- Place of Performance
- Address: Delivery to: 427 Commercial St, Boston, Massachusetts, 02109, United States
- Zip Code: 02109
- Zip Code: 02109
- Record
- SN02850941-W 20120824/120823001344-594284c1f04f056dc6b54bb2186cc5c2 (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 |