Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2016 FBO #5497
SOLICITATION NOTICE

J -- USCGC Resolute - Epoxy Floor/One-step deck repair - RFQ

Notice Date
12/9/2016
 
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
HSCG8016XMR075
 
Archive Date
1/7/2017
 
Point of Contact
Thomas T. Ikner, Phone: 7275021555
 
E-Mail Address
thomas.t.ikner@uscg.mil
(thomas.t.ikner@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USCGC Resolute - One Step Deck Place of Performance/Contact information: USCGC Resolute 1301 Beach Dr SE St. Petersburg, FL 33701 (727) 502-1555 SKC Theo Ikner Thomas.t.ikner@uscg.mil 1. Background: 1.1 Intent. This work item describes the requirements for the Contractor to renew Epoxy deck covering in the ships Supply Office's (1-72-2-O) approx. 40 sq-ft and (1-99-2-Q) approx 56 sq-ft, for a total of 96 sq-ft as designated by Coast Guard Inspector. All interferences encountered are to be handled by the Contractor and ship's force in removal and reinstallation. 1.2 Government-Furnished Property. None 2. Scope: The scope of this work is on the USCGC Resolute and consists of removal of exisiting terrazzo one-step deck and replacing it with new one-step. 3. Objective: The objective of this requirement is to repair the supply offices deck on the USCGC Resolute. 4. REFERENCES: COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 6341 (SFLC Std Spec 6341), 2014, Install Interior Deck Covering Systems • Cosmetic Polymeric Epoxy Resin, Type III (One-Step Epoxy System)/Appendix A OTHER REFERENCES MIL-PRF-24613, Dec 1990, Deck Covering Materials, Interior, Cosmetic Polymeric 5. Interferences: The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below-listed: • FCUs • Piping • Drains 6. Tasks: The contractor shall provide onboard services to replace the Supply office deck to include but not limited to: 6.1 Protective Measures - General. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces in the vicinity of the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 6.2 Deck covering installation particulars. The Contractor shall perform all tasks specified in SFLC Std Spec 6341 and herein, to install a new deck covering system in the location specified. Deck covering system is to be contracted in 50 sq-ft increments. Be aware that this work item includes deck covering renewal activities and assistance with interference removal. Refer to class-applicable Coast Guard drawings listed in Section 2 (REFERENCES) for guidance. System color is blue. 6.3 Interferences. All interferences are to be removed by the contractor with the assistance of ship's force. A suitable storage area will be identified by the inspector. • FCUs • Piping • Drains TABLE I - DECKING SYSTEM PARTICULARS LOCATION AREA (*SQFT) DECK MTL (A/S**) SYSTEM/APPENDIX (SFLC STD SPEC 6341 APPENDIX E AND F) ***COVE BASE SYSTEM COLOR UNDERLAYMENT REQUIREMENT Shower Deck in following compartment: 01-72-2-L 25 S Cosmetic Polymeric Epoxy Resin, Type III (One-Step Epoxy System)/Appendix A 7. Delivery: 8. Government furnished property: There is no Government furnished property (GFP) anticipated; however, the Government may in the course of this repair require GFP. If GFP is required, it will be incorporated via contract modification. 9. Security Requirement: Base access is required. Vendor shall have a valid driver's license and show identification. A CG representative from the cutter will sponsor and escort vendor to the cutter. 10. Place of performance: Cutter's home pier, 1301 Beach Dr. SE, St. Petersburg, FL 33701 11. Period of performance: 03 Jan 2017 - 1 Feb 2017. Any dates in this period are acceptable for the contract to be performed. 10. CONTRACT DEFICIENCY REPORT: The Contracting Officer or Contracting Officer's Representative (COR) may issue a Contract Deficiency Report (CDR), SFLC Form 005. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved by the Contracting Officer, to the COR. The COR will comment on the Contractor's response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the Contractor and Availability Program Manager. The Contracting Officer will render a final determination and provide it to the Contractor and COR in writing. 11. Offerors shall submit quotes as follows - Date: December 23, 2016 Time: 0800 Eastern Standard Time (EST) Place: USCGC Resolute Attn: SKC Ikner 1301 Beach Dr SE, St. Petersburg, FL 33701 Bids can also be emailed to: Thomas.t.ikner@uscg.mil Contractors are urged to contact SKC Theo Ikner via email or phone with any questions or requests regarding the contract. REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price Quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and Section 3: Any issued amendments to the solicitation. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is HSCG85-16-Q-P45U32 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. This is an Unrestricted procurement; Open for full and open competition. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Past performance will be considered in the selection of the awarded vendor. Please provide a minimum of three examples of past performance. For purposes of evaluation and award, Past Performance is considered to be more important than Price. COMPOSITE LABOR RATE: The composite labor rate offered shall be the sole labor hour rate used to price the Prime Contractor's direct labor hours for contract changes, i.e. growth work. The Contractor shall not receive any compensation in addition to this rate for the Prime Contractor's direct labor associated with such changes under this contract.(a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: (2) Supervision Quality Assurance Planning Engineering Surveyors Worker Transit Time Material Handling Testing Cleaners Guards Estimating Contract Administration Transportation Drivers Fire Watches (b) The composite labor hour rate will be applied to production labor hours only. Production labor hours include only those hours necessary and reasonable to perform direct production functions and do not include the hours expended on the support functions listed above. This exclusion of support function hours applies whether such support functions are normally charged directly or indirectly by the Contractor's accounting system. These support functions are to be priced into the composite labor rate quoted and shall not be separately compensated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG8016XMR075/listing.html)
 
Place of Performance
Address: USCGC Resolute, 1301 Beach Dr SE, St. Petersburg, Florida, 33701, United States
Zip Code: 33701
 
Record
SN04348205-W 20161211/161209234146-3dca63bd3b44a249b06f5043675879dd (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.