Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

J -- UNPLANNED DRYDOCK REPAIRS - USCGC MOBILE BAY BARGE - Package #1

Notice Date
9/7/2012
 
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
HSCG85-12-R-P45T51
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS SECTION B NOTICE TO OFFERORS The United States Coast Guard Surface Forces Logistics Center is issuing a Commercial Request for Proposal (RFP) for the Unplanned Dry Dock repairs to the USCGC MOBILE BAY - BARGE. The Coast Guard will conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. This procurement is issued as a Total Small Business (SB) set-aside. All responsible SB concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS Code 336611 is less than 1,000 employees. The attached solicitation is issued as a Best Value Request for Proposal (RFP). Proposals are due 12 September 2012, 10:00 a.m. EST. The requirement will be evaluated using Past Performance and Price; whereas Past Performance is more important than Price. The vessel is currently located in Cleveland, OH. The vessel is geographically restricted to 200 Nautical Miles from their current location. The period of performance is fourteen (14) calendar days to start on 17 September 2012 and end on 30 September 2012. The place of performance will be at the contractor's facility. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC MOBILE BAY BARGE. The scope of the acquisition is for the contractor to Inspect and Overhaul on the Bow Thruster unit located aboard the USCGC MOBILE BAY- BARGE (See Schedule of Supplies and Services for complete listing of work items). All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. All reference documents are available for viewing at 300 East Main Street, Suite 550, Norfolk, VA 23510-9111..For information concerning this acquisition, contact SANDRA MARTINEZ at (757) 628-4591 or by e-mail at sandra.a.martinez@uscg.mil. The following Federal Acquisition Regulation (FAR) Provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012). The following addenda is added to 52.212-1. FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required (b) Contractor may be required to provide information relating to sales data for the same or similar items. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation based on Past Performance and Price; whereas Past Performance is more important than Price. Offerors must conform to the requirements as provided under addendum to FAR 52.212-1. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alternate I (Apr 2011) Offerors 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 paragraph (c) through (o) of this provision. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at http://www.acquisition.gov/far. The following FAR provisions/clauses are incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.215-5 Facsimile Proposals (OCT 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.223-12 Refrigeration Equipment and Air Conditioners (MAY 1995) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (AUG 2010) FAR 52.245-9 Use and Charges (AUG 2010) 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 3052.223-70 Removal or Disposal of Hazardous Substances - Applicable Licenses and Permits (JUN 2006)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 (DEC 2003) [Deviation] FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). The following addenda is added to 52.212-4: 1) Paragraph (a) - replaced by FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) 2) Invoicing Requirements - Submit invoices electronically to: http://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm or via mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. Mark For: Contract Number as provided at time of award. Payment Terms; FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2012) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Feb 2012), 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), 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(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, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 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 statues 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). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following Homeland Security Acquisition Regulations (HSAR) are hereby incorporated by reference with the same force and effect as if incorporated in full text. Full text versions of the clauses may be viewed electronically at http://farsite.hill.af.mil/VFFARA.HTM. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006)HSAR 3052.242-71, Dissemination of Contract Information (Dec 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). Proposals shall be submitted electronically to: Sandra Martinez, Contract Specialist, Email: sandra.a.martinez@uscg.mil, or mailed to: 300 E. Main St. Ste. 600, Attn: Sandra Martinez, Norfolk, VA. 23510. The closing date and time for receipt of offers is 12 September 2012, 10AM e.s.t. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. Companies shall provide a valid DUNS, be registered with Central Contractor Registrations (CCR) and shall provide the company Tax Identification Number (TIN) with their offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-12-R-P45T51/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN02873719-W 20120909/120908002241-d0cf616a16d9a007d0a62a3a204962b8 (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.