Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2017 FBO #5578
MODIFICATION

20 -- USCG Dry Dock Service - USCG 47268 (MLB 47)

Notice Date
2/28/2017
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG40-17-Q-P30507
 
Archive Date
3/18/2017
 
Point of Contact
Alicia M Hawkins, Phone: 5106375928, Allen A. Tillman, Phone: (410) 762-6472
 
E-Mail Address
alicia.m.hawkins@uscg.mil, allen.a.tillman@uscg.mil
(alicia.m.hawkins@uscg.mil, allen.a.tillman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) Request for Quotations number is HSCG40-17-Q-P30507 and is issued as a request for quotations (RFQ). (iii) This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-94 dated Jan 19 2017. (iv) The NAICS Code is 336611. The small business size standard is 1000. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. (v) The United States Coast Guard Surface Force Logistics Center has a requirement for the following: USCG 47268 (MLB 47) NOTE: See attachment titled "Combined Synopsis-Solicitation DRY DOCK - 47628" for below details in pdf format. DESCRIPTION: CLIN 0001 - DEFINITE WORK ITEMS These are the items that, if there is an award at all, will be awarded. The offer shall be evaluated to include the offer price for each definite item. ITEM NO. DESCRIPTION UNIT OF ISSUE PRICE D-001 General Welding, Provide 1 JB $ D-002 Ultrasonic Testing (U/W Body) Shots, Perform 100 CT 1 JB $ D-003 Hull Plating (U/W Body), Inspect 1 JB $ D-004 Hull Plating, Renew 1 JB $ D-005 Rub Rail, Renew 1 JB $ D-006 Bulkhead Penetrations, frame 5, Inspect 1 JB $ D-007 Appendages (U/W), Leak Test 1 JB $ D-008 Accessible Spaces, Inspect 1 JB $ D-009 Tanks (MP Fuel Service), Clean & Inspect 1 JB $ D-010 Buoyancy Chamber(s), Clean & Inspect 1 JB $ D-011 Mast, Inspect 1 JB $ D-012 Main Diesel Engine, Remove & Install 1 JB $ D-013 Main Diesel Engine, Align 1 JB $ D-014 Cardan Shaft(s), Renew 1 JB $ D-015 Propulsion Shaft, Remove Inspect & Install 1 JB $ D-016 Water Lubricated Bearings, Renew 1 JB $ D-017 Propellers, Remove Inspect & Reinstall 1 JB $ D-018 Various Piping, Inspect 1 JB $ D-019 Sea Valves, Renew 1 JB $ D-020 Sea Strainers, Renew 1 JB $ D-021 Sea Strainers- Simplex (All Sizes), Clean & Inspect 1 JB $ D-022 Diesel Tank, Refuel 1 JB $ D-023 Fuel Root Values, Renew 1 JB $ D-024 Steering System, Inspect 1 JB $ D-025 Rudder Assembly, Remove & Inspect & Reinstall 1 JB $ D-026 U/W Body, Preserve 100% 1 JB $ D-027 Cathodic Protection/Zincs, Renew 1 JB $ D-028 Interior Hull Insulation, Renew 1 JB $ D-029 Marine Chemist Services, Provide 1 JB $ D-030 Dry Docking 1 JB $ D-031 Temporary Services, Provide 1 JB $ D-032 Sea Trial Performance, Provide Support 1 JB $ D-033 Fuel Sending Unit, Renew 1 JB $ D-034 Propulsion Shaft Strut, Renew 1 JB $ D-035 Hull Identification Markings, Apply 1 JB $ D-036 Watertight Closure, Renew 1 JB $ The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13. OPTIONAL CLIN 0002- COMPOSITE LABOR HOUR RATE The following labor hour rate shall be used in pricing all contract changes in accordance with the ADDENDA clause (21) entitled "COMPOSITE LABOR HOUR RATE." LABOR HOUR RATE ESTIMATED QUANTITY** EXTENDED AMOUNT* Labor Hour Rate for 40 Hours with extened price amount. **NOTE: The estimated quantity and extended amount indicated above are for evaluation of offers only. The proposed rate will apply to all changes involving additional work under this contract regardless of the actual total hours required. 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: 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. (vi) The United States Coast Guard requires the Contractor to furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities, and such other things as are necessary, except as otherwise specified, to perform dry-docking repairs and alterations to the vessel, in accordance with this solicitation and any attached specifications. Faliture to read the specifications in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS number and be registered with System for Award Management (SAM) www.acquisiton.gov and shall provide the company Tax Information Number (TIN) with their offer. (vii) Period of Performance: March 7, 2017 - May 8, 2017 Location: Contractor provided location within 400 miles of Newport, OR 97365 FOB point: Contractor will provide services at their facility. (viii) Provision at FAR 52.212-1, Instructions to Offerors -Commercial, applies to this acquisition. ADDENDUM to FAR PROVISION 52.212-1: the following paragraphs are added to the provision: WELDING CERTIFICATIONS AND QUALIFICATIONS This solicitation may contain welding line items as either Definitive or Optional Items. With his/her proposal the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), SFLC Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. DRYDOCK CERTIFICATION AND DRYDOCK CALCULATIONS With his/her proposal the Contractor shall provide a current certification of its drydocking facility as required by the specification (Work Item for Routine Drydocking) and SFLC Standard Specification 8634_STD. When requested by the Contracting Officer, the Contractor shall also provide the pre-award calculations described in specification for Routine Drydocking, Cutter Conditions, and Appendix B of the SFLC Standard Specification 8634_STD. Subsequent to contract award, the Government will require the Contractor to provide the docking and un-docking calculations described in Appendix B of the SFLC Standard Specification 8634_STD (ix) Provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (a) 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 factors shall be used to evaluate offers: 1) Past Performance: The offeror shall identify at least two (2) relevant (construction, overhaul, repair and alteration of ships) and current federal, state or local government or private contracts performed during the last three (3) years. For each contract, list: a. Contract number and customer point of contact (including two (2) points of contact with telephone numbers) b. Dollar value of the contract (Original and Final) c. Type of service performed and whether Prime or subcontractor d. Required completion date for the contract e. Date the services were actually completed f. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, and Cost Type) h. Percentage of growth in contract price (Additional work divided by award price) If subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. 2) Total Evaluated Price: The aggregate price determined by totaling the offer price for Definite Items, plus offer price for Option Items, plus foreseeable cost factors. Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness. Foreseeable cost factors pertaining to different shipyard locations: The Coast Guard will incur certain costs for transiting the vessel from and back to its home station and other support during performance of the contract. The offer will be evaluated to include foreseeable costs as follows: (1) There will be a transportation cost for one (1) U.S. Coast Guard Representative(s) for ten (10) round trip(s) between the Contractor's offered place of performance and Seattle, WA at the cost of government contract airfare to be taken from the official airline guide or at a cost of tiny_mce_marker.54 per mile if no government contract airline service is available. (2) If the contractor's offered place of performance is more than fifty (50) driving miles from Station Yaquina Bay, the "Per Diem" expenses for (10) days to support (1) U.S. Coast Guard Representative(s) while in the city of the place of contract performance will be determined in accordance with the Joint Federal Travel Regulations (JFTR). (3) OPERATING COST: The boat's fuel and maintenance cost, at a rate of at $477.00 per operating hour. Distances shall be determined by utilizing the "Distances Between United States Ports" chart provided by the National Oceanic and Atmospheric Administration (NOAA), in addition to information received from USCG Station Yaquina Bay. Calculations shall be performed for the following: One (1) roundtrip from the current boat's home station, USCG Station Yaquina Bay, to the contractor's place of performance. Past Performance is significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.203-6 Restrictions on Subcontractors Sales to the Government (OCT 1995) Alternative I (OCT 1995) FAR 52.203-13 Contractor Code of Business Ethics and Conduct (OCT 2015) FAR 52.204-10 Reporting Executive Compensation First -Tier (OCT 2015) Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When (OCT 2015) Subcontracting with Contractors Debarred, Suspended Or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-9 Utilization of Small Business Concerns (OCT 2014) FAR 52.219-14 Limitations on Subcontracting (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2013) FAR 52.222-19 Child Labor - Cooperation with Authorities and (JAN 2016) Remedies FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (APR 2015) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36 Equal opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37 Employment Reports on Veterans (OCT 2015) FAR 52.222-40 Notification of Employee Rights Under the National (DEC 2010) Labor Relations Act FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text (AUG 2011) Messaging While Driving FAR 52.225-1 Buy American - Supplies (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - System for (JUL 2013) Award Management 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (MAY 2011) FAR 52.204-7 Systems for Award Management (JUL 2013) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUL 2013) FAR 52.204-13 Systems for Award Management Maintenance (JUL 2013) FAR 52.211-14 Notice of Priority Rating for National Defense EMERGENCY Preparedness and Energy Program Use (DO) (JUL 2008) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.228-5 Insurance- Work on Government Installation (JUL 1997) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (APR 2012) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) FAR 52.245-9 Use and Charges (APR 2012) FAR 52.249-1 Termination for Convenience of the Government (Fixed Price) (APR 1984) HSAR 3052.211-70 Inex for Specifications (DEC 2003) HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003) HSAR 3052.217-91 Performance (USCG) HSAR 3052.217-92 Inspection and manner of doing work (USCG) HSAR 3052.217-93 Subcontracts (USCG) HSAR 3052.217-94 Lay days (USCG) HSAR 3052.217-95 Liability and insurance (USCG) HSAR 3052.217-97 Discharge of liens (USCG) HSAR 3052.217-98 Delays (USCG) HSAR 3052.217-99 Department of Labor Safety and Health regulations for ship repairing (USCG) HSAR 3052.217-100 Guarantee (USCG) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest HSAR 3052.209-79 Representation by Corporations Regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability, (FEB 2014) (DHS FAR CLASS DEVIATION 14-02) (a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that: (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that: (1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months. (2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (c) If the offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide all information related to the felony or tax liability within 3 business days of the Government's request. (End of provision) HSAR 3052.223-70 REMOVAL OR DISPOSAL OF HAZARDOUS SUBSTANCES - APPLICABLE LICENSES AND PERMITS (JUN 2006) The Contractor shall have all licenses and permits required by Federal, state, and local laws to perform hazardous substance(s) removal or disposal services. If the Contractor does not currently possess these documents, it shall obtain all requisite licenses and permits within ten (10) days after date of award. The Contractor shall provide evidence of said documents to the Contracting Officer or designated Government representative prior to commencement of work under the contract. FAR PROVISION 52.211-3 AVAILABILITY OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS AND STANDARDS AND COMMERCIAL ITEMS DESCRIPTIONS ITEMS (JUN 1988) a. Orders for U.S. Coast Guard specification reference drawings must be placed within 10 days of the solicitation issue date. To request drawings, contact the Contract Specialist listed herein. All requests should identify the solicitation number. U.S. Coast Guard specification reference drawings are available in CD-ROM format and are provided free of charge. The CD- ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.). Drawing measurements should be verified by the Contractor prior to ordering materials. FAR PROVISION 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 2010) ALT IV (a) Submission of cost or pricing data is not required (b) If the contracting officer cannot determine price reasonableness either in the initial solicitation or in any change to the contract after award, the contracting officer will require submission information in sufficient detail in order to make such determination. The information may be as follows: REQUEST FOR INFORMAL COST BREAKDOWN In addition to placing your offer in the appropriate place in Schedule of supplies and Prices, it is requested that you provide a breakdown of your costs, to include but not be limited to, those items identified in the sample format below: Trade, (i.e. laborers, rigger, etc.) Breakdown of labor grades by trade category Manhours per trade, per labor grade Cost/hour/trade Supplies/materials (description & cost of each) Sub-total Pension Plans Overhead at a rate of % Profit at a rate of % Total for item FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) As prescribed in 32.009-2, insert the following clause: Providing Accelerated Payments to Small Business Subcontractors (Jul 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. 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: (a) Provisions (b) Clauses. 3052.204-71 Contractor Employee Access __Alternate I (SEP 2012) 3052.205-70 Advertisement, Publicizing Awards, and Releases (SEPT 2012) 3052.215-70 Key Personnel or Facilities (JUN 2003) 3052.217-91 Performance (USCG) (DEC 2003) 3052.217-92 Inspection and manner of Doing Work (DEC 2003) 3052.217-93 Subcontracts. (USCG) (DEC 2003) 3052.217-95 Liability and Insurance (USCG) (DEC 2003) 3052.217-96 Title (USCG) (DEC 2003) 3052.217-97 Discharge of Liens (USCG) (DEC 2003) 3052.217-98 Delays (USCG) (DEC 2003) 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (USCG) (DEC 2003) 3052.217-100 Guarantee (USCG) - guarantee period is 60 days after completion of all work or sea trials (if any) (DEC 2003) 3052.223-90 Accident and Fire Reporting (DEC 2003) 3052.228-70 Insurance (DEC 2003) 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) 3052.247-72 F.O.B Destination Only (DEC 2003) The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf DISCOVERIES AND CHANGES TO CONTRACT: Condition Found Report, Change Orders will be transmitted electronically by using email. The bullets below display the process of how these documents are to be followed for the duration of the contract performance period: (a) Condition Found Report (CFR) - All readings and inspections are to be taken within 24 hours after the machinery or system is opened. All reports of reading and inspections required by the specifications shall be submitted to the COR in writing using a "Condition Found Report (CFR)" form, within 24 hours after the readings and/or inspections are made. Promptness in taking and reporting readings is particularly important for underbody work items such as shaft bearing or rudder bearing clearances. Often during the progress of a work item, conditions are discovered by the contractor which are considered abnormal for reasons of safety, expected reliability, health, or habitability. These conditions must be brought to the attention of the Coast Guard using a CFR. Details provided by the Contractor in a CFR are important because the CFR may result in a contract change. To speed the contract change progress, the Contractor should include in his/her CFR the following details as a minimum: (i) A sequential number. (ii) The contract item which the "CFR" relates to. (iii) A clear statement, definition, and description of the condition found, including but not limited to frame numbers, part numbers, materials and dimensions as appropriate. (iv) A proposed or recommended repair to correct the defective condition. (v) Indicate whether the report requires Cost Guard action, or if it is provided "for info" only. If action is required, indicate the response time required by the Coast Guard and whether or not a contract extension would be needed if the additional work is authorized. (vi) A space on the form for the Coast Guard to make comments. (vii) All CFR's will be dated, submitted, and signed by a representative of the Contractor. Contracting Officer's Representative (COR) will respond to the Contractor's within 24 hours of receiving a Condition Found Report. A copy of ALL condition found reports shall be retained in the Cutter's file. (b) Change Request Process will occur in the following order: 1. Condition Found Report-Generated by the contractor and provided to COR. 2. Condition Report Reply-Generated by the COR and provided to Contractor 3. Change Request- CR and IGE are generated by the COR and entered in the Contract Workbook. COR will assign the Change request number. 4. COR provides copy of Change Request to the Contractor 5. Contractor's Proposal- Provided to the KO for the identified tasking on CR 6. Negotiations- If needed, take place to establish pricing 7. Approved Change Request- Forwarded to Contractor and COR by the KO Change Request must be submitted by the COR to the contractor within 24 hours after responding to the CFR. Contractor must submit proposal to the Contracting Officer within 72 hours receipt of the Change Request. A modification will be issued to incorporate and implement all changes made by change orders. 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. (xiii) The below contract requirements have been determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices and Federal, DHS, and Coast Guard Regulations. (1) ACCESSIBILITY OF CONTRACTOR'S FACILITY The contractor shall provide a facility accessible from a navigable waterway at which a ship of the characteristics described in the attached specification can, using its own propulsion, safely arrive, lie afloat and depart at all states of the tide and at any time day or night. The facility and its approaches shall have a minimum water depth of 7' and a minimum vertical clearance of 25' The facility shall insure 2 (two) additional feet below minimum water depth at the pier per SFLC Standard Specification 0000 section 3.3.2.1.1. (2) REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairer's Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United State's Longshoremen's and Harbor Worker's Act. 4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. The insurance certificate must provide the name of the US Coast Guard vessel and the contract number as specifically insured. (3) ACCESS TO VESSEL (a) A reasonable number of officers, employees, and associates of the Government, or other prime Contractors with the Government, and their subcontractors, shall, as authorized by the Contracting Officer, have, at all reasonable times, admission to the plant, and access to vessel(s) to perform and fulfill their respective obligations to the Government on a noninterference basis. The Contractor shall make reasonable arrangements with the Government or Contractors of the Government, as shall have been identified and authorized by the Contracting Officer, to be given admission to the Contractor's facilities and access to the vessel(s) and to office space, work areas, storage or shop areas, or other facilities and services, necessary for the performance of their respective responsibilities and reasonable to their performance. All such above personnel shall be required to comply with all Contractor rules and regulations governing personnel at its shipyard, including those relative to safety and security. (b) The Contractor further agrees, as authorized by the Contracting Officer, to afford to a reasonable number of officers, employees, and associates of bidders on other contemplated work, the same privileges of admission to the Contractor's plant and access to the vessel(s) on a noninterference basis subject to all Contractor rules and regulations governing personnel in its shipyard, including those relative to safety and security. (4) INDEMNIFICATION FOR ACCESS TO VESSELS Notwithstanding any provision in the "Access to Vessels" clause, or any other clause of the contract, the Contractor agrees to allow officers, employees, and associates of the Government, or other prime contractors with the Government and their subcontractors, and officers, employees, and associates of quoters on other contemplated work, admission to the Contractor's facilities and access to the vessel without any further request for indemnification from any party, which has not been previously included in the contract price. (5) CONTRACTING OFFICER'S AUTHORITY No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. (6) INSPECTIONS Except as specified elsewhere, the U.S. Coast Guard shall rely on the contractor to accomplish all inspection and testing needed to ensure that the work conforms to contract quality requirements. Records of all inspection work by the contractor shall be kept complete and available to the Government during the term of this contract and for such longer period as may be specified elsewhere in this contract. (7) MAINTAINING, REPORTING, AND DISPOSING OF GOVERNMENT PROPERTY IN THE PERFORMANCE OF A SHIP REPAIR CONTRACT 1. The Government Property Clause incorporated by reference delineates the contractor's overall responsibility when taking possession of government property in performance of a contract. In performance of this contract the contractor will be required to properly identify, track and control property within its possession. This includes, a) property furnished by the government (GFP) to the contractor in conjunction with specific CLIN Items. These items and their values are listed in the specification, b) property that is pre-existing in a location that during the course of performance will be replaced or renewed. 2. The items listed in the specification, as government furnished property will be provided in the quantities designated. Government furnished property may be provided in person by an official Coast Guard employee, shipment via commercial carrier, etc. The contractor shall sign for all government furnished property using either a DD Form 1149, entitled, "Requisition and Invoice/Shipping Document" or a DD Form 1348, entitled, "Issue Release/Receipt Document". A copy of the DD 1149 or DD 1348 must be sent within 48 hours of receipt of property, to the designated Government Property Administrator. The name of the individual assigned as Property Administrator will be furnished to the contractor at time of award. The contractor shall not take receipt of property that is not listed in the specification, has not been previously identified as becoming part of the contract (via contract modification) or which otherwise cannot be identified. Such irregularities shall be immediately reported to the Property Administrator. 3. The contractor shall complete the report provided herein, entitled, "Government Property Report". This report is intended as a living document whereby relevant fields shall be filled in, maintained and kept current at all times. All property described in paragraph 1 (a, and b) above shall be reported on the report. At contract completion the contractor and the Property Administrator shall ensure that all fields are appropriately completed. A signature block is provided at the end of the report for both parties to attest to the report's accuracy and completeness. The Government Property Report shall clearly delineate the complete track that all government property took over the course of the contract. This completed report must accompany the contractor's final invoice. Final payment may be delayed, without penalty of interest, until such time as the report is received. A separate copy of the completed report and any final DD 1149s or DD 1348s executed, as a result of carrying out disposition instructions shall be provided to the Property Administrator. 4. Pursuant to the Government Property Clause the authority to render disposition instructions of Government property associated with this contract is delegated to the Property Administrator. The contractor shall comply with all instructions in the contract for the return of government property to the Coast Guard. This includes government property taken off the vessel (shafts, propellers, etc.), government property returned to the vessel (special tools, etc.) or surplus government property not used during performance of the contract. The name and telephone number of the U.S. Coast Guard Inspector will be provided after the award of a contract resulting from this solicitation. (8) GROWTH WORK (a) The Contractor shall not perform growth work without the Contracting Officer's authorization. Growth work is work within the scope of the contract, which has not been previously priced as a pre-priced CLIN. The Contracting Officer reserves the right to contract for growth work on the basis of a negotiated, firm, fixed price, when it is in the best interest of the Government. If a firm-fixed price contract is awarded, and during the performance period a repair within scope is identified but the Contracting Officer and Contractor are unable to agree on the cost of the work, a bilateral modification may be incorporated into the contract using a Time and Materials modification for this specific repair. In this situation, FAR 52.212-4, Alternate I, will be incorporated. (b) The Contractor shall furnish a price breakdown directly to the Contracting Officer, itemized as required by the Contracting Officer, of any proposal submitted for a contract modification. Unless otherwise directed, the breakdown shall be submitted on an MLCA 002 proposal form provided at the arrival conference permitting an analysis of all materials, labor, equipment, subcontract, overhead costs, and profit covering all work involved in the change/modification whether such work was deleted, added or changed. Any amount claimed for subcontracts shall be supported by a separate, similar price breakdown. If the proposal includes a request for a time extension, justification shall be furnished with the proposal. (c) This clause is to be used in conjunction with the clause COMPOSITE LABOR RATE incorporated into this solicitation. The Contractor is required to have and/or furnish all tools and equipment incidental to each bench trade. Supplies such as wiping rags, hacksaw blades, sandpaper, welding wire, helium, etc., are also to be furnished by the contractor. Other materials are to be charged at regular rates and prices currently in effect and as agreed to by the Contracting Officer. Material shall be best commercial quality available except where a precise specification is indicated in which case the specification shall apply, e.g., MILSPEC, FEDERAL SPEC. (9) 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: • Supervision and Management Planning and Estimating • Material Handling Housekeeping • Engineering Transportation/Drivers • Quality Assurance Contract Administration • Security Testing (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. (c) The Quantity of Composite Labor hours indicated in the Schedule of Supplies/Services, is only an estimate and is an Optional Item pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of additional hours that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule and its discretion during performance of the contract. The inclusion of this item does not obligate the Government to exercise the item nor entitle the contractor to compensation if not exercised. (10) METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR Invoices shall be submitted to the USCG Finance Center http://www.fincen.uscg.mil/electron cg.htm and, with courtesy copy via email to carrie.e.carbajal@uscg.mil (A) Each invoice shall contain the following information: (1) Contract or Delivery/Task Order Number (2) Name of the Contract Specialist or Contracting Officer (3) Invoice Routing Code (IRC) assigned by the Coast Guard (4) Annotate on the invoice indicating that the contractor represents a small business for accelerated payment purposes. (B) The Coast Guard unique Invoice Routing Code (IRC) for this contract or delivery/task order is: Invoice Routing Code (IRC) SFLC-3 (C) Each invoice must be submitted to the designated billing office via one of the following modes, listed in descending order of preference: (1) FINCEN Website invoice receipt form: http://www.fincen.uscg.mil/centralinv/central_inv_contr.cfm (2) Fax: (757-523-6900) (3) Mailed to: Commercial Invoices U.S. Coast Guard Finance Center 1430A Kristina Way Chesapeake, VA 23326 (D) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract. (E) Supporting documentation along with a courtesy copy of the invoice may also be e-mailed to the Contract Specialist and/or COR at the addresses cited below: alicia.m.hawkins@uscg.mil. Contract Specialist Assigned at the time of Contract Award, COR (F) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received: (1) On the later of: (i) For invoices that are mailed or transmitted via facsimile, the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt. (ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or (ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless- a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date; (2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or (3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice. (4) Web based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice. (5) Payment inquiries and status may be obtained - at the following website: https://www.fincen.uscg.mil/secure/payment.htm (xiv) The Defense Priorities and Allocations System doesn't apply to this procurement. (xv) Offerors shall submit quotes as follows - Vendors shall submit an electronic copy of your firm's quotation to Alicia Hawkins at alicia.m.hawkins@uscg.mil using WinZip software no later than March 3rd, 2017 at 1200(PST). All submissions shall include HSCG40-17-Q-P30507 in the subject line of the email. The WinZip password shall be submitted under a separate email by the aforementioned date and time. There is not a character length or mixed case requirement imposed on your password. These submission instructions will also apply to any future correspondence, as applicable, in response to this solicitation. REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price Quote; Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications. Information received should be in accordance with FAR provision 52.212-2 within this solicitation); and Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about March 3rd, 2017. QUESTIONS: The last day to ask questions is March 2nd, 2017 0800 Pacific Standard Time (PST). Questions shall be submitted via e-mail to alicia.m.hawkins@uscg.mil. After this date, unless amended, questions will not be accepted. (xvi) Please email alicia.m.hawkins@uscg.mil to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email. Requests for drawings shall be received no later than March 2nd, 2017 at 8:00am Pacific Standard Time. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to alicia.m.hawkins@uscg.mil. Contractors are responsible for verifying receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-P30507/listing.html)
 
Place of Performance
Address: Contractor provided location within 400 miles of the below address:, CG STA Yaquina Bay, Newport, Oregon, 97365, United States
Zip Code: 97365
 
Record
SN04417481-W 20170302/170228235055-573a546cbea91d1d3ab2b35d0c5012a5 (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.