MODIFICATION
71 -- BERTHING RACKS & LOCKERS FOR WMSL: USCGC STRATTON & USCGC BERTHOLF - Amendment 2
- Notice Date
- 12/28/2017
- Notice Type
- Modification/Amendment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- 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
- 70Z08518QP4555900
- Archive Date
- 1/17/2018
- Point of Contact
- Ryan R. dela Cruz, Phone: (510) 637-5906, Valerie Rivera-Chase, Phone: (510) 637-5972
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, valerie.s.riverachase@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, valerie.s.riverachase@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0002 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603 and as supplemented with FAR Part 13.5 and the additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. All correspondence regarding this acquisition shall reference Request for Quote (RFQ) Number: 70Z08518QP4555900. This solicitation and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96 (06 NOV 2017). The NAICS code for this solicitation is 337127 and the Small Business Size Standard is 500. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Long Range Enforcer Product Line, intends to award a firm-fixed price contract using simplified acquisition procedures for the purchase of BERTHING RACKS & LOCKERS FOR USCGC STRATTON (WMSL-752) and USCGC BERTHOLF (WMSL-750) Quotes shall be submitted electronically to: Ryan dela Cruz, Contract Specialist, Email: Ryan.R.delacruz@uscg.mil, or FedExed to: 1301 Clay Street, Suite 807N, Oakland, CA 94612 Attn: Ryan dela Cruz DESCRIPTION OF WORK: (a) The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to provide BERTHING RACKS & LOCKERS in accordance with this solicitation and attached specifications. (b) Required Delivery Date: **Items for STRATTON shall be delivered 01MAR2018** **Items for BERTHOLF shall be delivered 05AUG2018** (c) Place of Performance: All items shall be delivered as follows: USCGC STRATTON (WMSL-752) USCG Base Alameda ATTN: LTJG RICHARD LINCOLN Coast Guard Island, BLDG 42 Alameda, CA 94501 USCGC BERTHOLF (WMSL-750) USCG Base Alameda ATTN: LTJG RICHARD LINCOLN Coast Guard Island, BLDG 42 Alameda, CA 94501 ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 04JAN2018. SCHEDULE OF SUPPLIES/SERVICES: See Schedule of Supplies and Services. Definite Contract Line Items are marked as "D" for Definite. Option Contract Line Items are marked "O" for Optional. Insert unit prices in all items listed in the Schedule unless "NSP" is printed in the Unit Price column for any item. "NSP" in the section means "Not Separately Priced." CLIN Unit Price Quantity Extended Price D-1 2-High Berths (STRATTON) $_______ 3 $__________ D-2 3-High Berths (STRATTON) $_______ 11 $__________ D-3 Lockers (STRATTON) $_______ 17 $__________ D-4 2-High Berths (BERTHOLF) $______ 4 $__________ D-5 3-High Berths (BERTHOLF) $______ 9 $__________ D-6 Lockers (BERTHOLF) $______ 17 $__________ (1) 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. (2) 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. 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. (3) METHOD OF PAYMENT AND INVOICING INSTRUCTIONS Invoices shall be submitted to the USCG Finance Center http://www.fincen.uscg.mil/electron_cg.htm and, with courtesy copy via email to ryan.r.delacruz@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-2 (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: ryan.r.delacruz@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. CONTRACT CLAUSES (4) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JAN 2017) ADDENDUM FAR 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. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/ FAR 52.204-7 System for Award Management Registration (OCT 2016) FAR 52.215-5 Facsimile Proposal (Oct 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.245-1 Government Property (JAN 2017) FAR 52.245-9 Use and Charges (APR 2012) HSAR 3052.211-70 Index for Specifications (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 3052.217-97 Discharge of liens (DEC 2003) HSAR 3052.217-98 Delays (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 3052.223-90 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) FAR 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2017). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) 52.222-37, Employment Reports on Veterans (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1, Buy American Act-Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (End of Clause) The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these provisions electronically at http://www.acquisition.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at www.sam.gov. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) (5) FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) (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 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. 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. **Past Performance is significantly more important than Price** NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather filing a protest with the GAO or some external forum. Interested Parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. INFORMAL FORUM WITH THE OMBUDSMAN: Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting officer, and solicitation closing date (if applicable). FORMAL AGENCY PROTEST WITH THE OMBUDSMAN: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protests to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (GG-913) U.S. Coast Guard Headquarters Procurement Planning & Oversight Division 1900 Half Street, SW, JR11-0203 Washington, DC 20593-0001 Telephone: (202) 372-3692 FAX: (202) 475-3904
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518QP4555900/listing.html)
- Place of Performance
- Address: COAST GUARD ISLAND, Alameda, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN04777450-W 20171230/171228230838-c5e8ba04de0231e926416b4d718c02c5 (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 |