SOLICITATION NOTICE
X -- Transportation and Storage of Two Motor Life Boats - SOW
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-14-Q-HSU033
- Archive Date
- 8/29/2014
- Point of Contact
- Stefanie Schmitz, Phone: 2024753207
- E-Mail Address
-
Stefanie.Schmitz@uscg.mil
(Stefanie.Schmitz@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Picture of Boat in Baltimore - Front View Picture of Boat in Baltimore - Side View Statement of Work i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. Solicitation number HSCG23-14-Q-HSU033 applies and is issued as a request for quotation (RFQ). It is the intent of the U.S. Coast Guard to award one firm fixed price purchase order resulting from this solicitation. iii. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. iv. The North American Industry Classification System (NAICS) code is 493110 and the business size standard is $25.5M. v. BASE YEAR CLIN 00001 – Pick up, transportation, and delivery to storage facility of 36’ Motor Life Boat in Baltimore, MD. Quantity 1; Unit of Issue: Job CLIN 00002 - Pick up, transportation, and delivery to storage facility of 44’ Motor Life Boat in New London, CT. Quantity 1; Unit of Issue: Job CLIN 00003 – Storage of 36’ Motor Life Boat. Quantity 12; Unit of Issue: Month CLIN 00004 – Storage of 44’ Motor Life Boat. Quantity 12; Unit of Issue: Month OPTION YEAR 1 CLIN 10003 – Storage of 36’ Motor Life Boat. Quantity 12; Unit of Issue: Month CLIN 10004 – Storage of 44’ Motor Life Boat. Quantity 12; Unit of Issue: Month OPTION YEAR 2 CLIN 20003 – Storage of 36’ Motor Life Boat. Quantity 12; Unit of Issue: Month CLIN 20004 – Storage of 44’ Motor Life Boat. Quantity 12; Unit of Issue: Month OPTION YEAR 3 CLIN 30003 – Storage of 36’ Motor Life Boat. Quantity 12; Unit of Issue: Month CLIN 30004 – Storage of 44’ Motor Life Boat. Quantity 12; Unit of Issue: Month OPTION YEAR 4 CLIN 40003 – Storage of 36’ Motor Life Boat. Quantity 12; Unit of Issue: Month CLIN 40004 – Storage of 44’ Motor Life Boat. Quantity 12; Unit of Issue: Month vi. See attachment 1 for the Statement of Work vii. Place of Performance: Pick up: U.S. Coast Guard Yard, Curtis Bay, MD and Crocker’s Boatyard, New London, CT. Delivery: Contractor Storage Facility. See SOW for additional information. Period of Performance: One (1) base year and four (4) option years viii. The following FAR provisions and clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov/far/. Incorporated by Reference - 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 and 6) Full Price for all CLINS. Addendum to 52.212-1, technical and past performance submission requirements: 1. Offerors shall provide proof of insurance to transport and store the Motor Life Boats. 2. Offerors shall provide a detailed technical approach of how the transportation of the two boats shall be performed in accordance with the attached SOW. 3. Offerors shall provide the physical address of the facility where the boats will be stored and describe how the facility meets the requirements in section 2.5 of the SOW. 4. Offerors shall provide at least two (2) past performance references for projects of size and scope. Projects of similar nature shall have experience in historic boat transfer and transport. The offeror shall include the following information: · Client name, POC and phone number · Contract Number · Identification of historic boat transported · Brief description of the project · Total cost of project Technical and past performance submission should not exceed five (5) pages in length; text shall be no smaller than 12-point font on standard 8.5 inch by 11 inch paper with margins of at least 1” at the top, bottom, and both sides. Text may be as small as 10 pt for tables or graphics. ix. 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. The Government intends to award one firm-fixed purchase order 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 factors shall be used to evaluate offers: 1. Price – Total for all contract line items (CLIN’s) including options. 2. Past Performance – The Government may review sources other than those provided by the Offeror, including PPIRS and other past performance databases. Offerors with no past performance rating will be rated neutral. 3. Technical (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x. Incorporated by Reference - FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) applies to this solicitation. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote. xi. Incorporated by Reference - FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. xii. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2014), to include the following clauses listed at paragraph (b): 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (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 (Aug 2013) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (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). 52.225-13, 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). 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). xiii. Additional contract terms and conditions FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit for the 36’ wooden-hulled historic motor lifeboat in Baltimore MD shall be held Tuesday July 15, 2014, 10:00am ET. Contact Mr. Tim Walker at 410-320-9078 for directions and arrangements onto the facility. Site visit for the 44’ fiberglass hull motor lifeboat in New London, CT shall be held Thursday July 10, 2014, 10:00am ET. Contact Ms. Jennifer Gaudio at 860-444-8501 for directions and arrangements onto the facility. (End of Provision) Only one site visit per location will be available. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day. (End of Clause) FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least fifteen (15) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months. (End of clause) FAR 52.228-9 Cargo Insurance (May 1999) (a) The Contractor, at the Contractor’s expense, shall provide and maintain, during the continuance of this contract, cargo insurance of $250,000 per vehicle to cover the value of property on each vehicle. (b) All insurance shall be written on companies acceptable to the U.S. Coast Guard, and policies shall include such terms and conditions as required by the U.S. Coast Guard. The Contractor shall provide evidence of acceptable cargo insurance to the U.S. Coast Guard before commencing operations under this contract. (c) Each cargo insurance policy shall include the following statement: “It is a condition of this policy that the Company shall furnish -- (1) Written notice to the U.S. Coast Guard, 30 days in advance of the effective date of any reduction in, or cancellation of, this policy; and (2) Evidence of any renewal policy to the address specified in paragraph (1) of this statement, not less than 15 days prior to the expiration of any current policy on file with the U.S. Coast Guard.” (End of Clause) HSAR 3052.209-70 – Prohibitions on Contracts with Corporate Expatriates (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of 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. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)— (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held— (i) 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 an acquisition described in section 835(b)(1) 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 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 purposes 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; and (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 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, 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 of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (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 provis ion) HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sep 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: 3052.204-71 Contractor Employee Access. 3052.215-70 Key Personnel or Facilities. (End of clause ) xiv. N/A xv. Due date for submissions is July 23, 2014, 2pm ET. All questions regarding this solicitation should be submitted in writing to Stefanie.Schmitz@uscg.mil by July 16, 2014, 2pm ET. All quotes should be submitted via email. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. xvi. Point of contact for this RFQ is Stefanie Schmitz, Contracting Officer Stefanie.Schmitz@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-Q-HSU033/listing.html)
- Place of Performance
- Address: Vendor's facility, United States
- Record
- SN03412520-W 20140703/140702003814-5b0e349529d4f594772415a63f8c9286 (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 |