Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
SOLICITATION NOTICE

L -- TECH REP SERVICE- STRAIN GAUGE ALIGNMENT FOR CGC DILIGENCE - Required Information

Notice Date
5/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-14-Q-61287
 
Archive Date
5/30/2014
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman SOW for Strain Gauge for CGC DILIGENCE JOTFOC for Solicitation 61287- Sole Source- Maritech, LLC Required Information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and 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. (ii) Solicitation number HSCG40-14-Q-61287 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-73 (29 April 2014). (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 541330 and the business size standard is $4.5 million. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Maritech, LLC. It is the Government's belief that as the Original Equipment Manufacturer they are the only source capable of providing the required service to the Propulsion Shafting & Strain Gauge Measurement. However, other potential sources with the expertise and required capabilities to provide this material can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: Tech Rep Service Strain Gauge Alignment for the CGC DILIGENCE. The anticipated scenario to complete the required alignment measurements is as follows: Our field engineer will install the required instrumentation and make the pre drydock measurements in the vessel's homeport of Wilmington, NC. The total anticipated time required to complete this phase of the installation and measurement is approximately ten (10) hours assuming that the shafting will be available to the engineer without interruption and that the shafts can be rotated as required using the turning gears. Any shaft guards will be removed prior to the arrival of the field engineer. Service will be I.A.W. the Statement of Work (SOW). Contractor will submit finally report finding to Ship Sup's Mr. Mike Earley. Performance start date is First week of June 2014 at their homeport. Item 0002: The second measurement will be conducted immediately after the vessel is out of the water at the CG Yard. Outboard strain gage stations will be installed and the inboard gages will be repaired or replaced and the drydock alignment will be recorded. Service will be I.A.W. the Statement of Work (SOW). Performance start date determined by the CG Yard/Ship's Sup. Item 0003: The third measurement will be a repeat of the drydock measurement, once all shaft work is completed and just before the vessel is refloated. The outboard strain gages will be made water-proof to facilitate the afloat measurements, however, the yard will be required to repair the fiberglass overlay on the shafting in the area of the strain gage stations. Service will be I.A.W. the Statement of Work (SOW). Performance start date determined by the CG Yard/Ship's Sup. Item 0004: The final measurement will be conducted after the vessel is re-floated and is ballasted to 80% liquid load. The outboard strain gage stations will be wired to the fantail of the vessel to permit measurement. Upon completion of the final measurement, the outboard strain gage wiring will be removed. This will require the services of a diver. All of the alignment data will be processed and an alignment report will be generated and forwarded to the shipyard. Service will be I.A.W. the Statement of Work (SOW). Performance start date determined by the CG Yard/Ship's Sup. (vi) Place of Performance is: CGC Diligence, 109 North Water Street, Wilmington, NC 28401-1192 and Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (April 2014). 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) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - 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. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282)(31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) g. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) h. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) i. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) j. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) a. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351)..). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. k. 52.222-50, Combating Trafficking in Persons (Aug 2007) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) m. 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). n. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). o. 52.233-3 Protest after award (Aug 1996) p. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUOTES ARE DUE BY THURSDAY MAY 15, 2014 @ 4 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-61287/listing.html)
 
Place of Performance
Address: CGC DILIGENCE's homeport: CG YARD, 109 N. Water Street 2401 Hawkins Point Road, Wilmington, NC 28401-1192 Baltimore, MD 21226, United States
Zip Code: 21226
 
Record
SN03362545-W 20140511/140509234841-df5a8c62d1b0a87124aa214e8e447e8d (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.