Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

J -- Repair of Hoist P360 Forklift.

Notice Date
6/4/2020 7:25:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04020QPOE462
 
Response Due
6/10/2020 11:00:00 AM
 
Archive Date
06/25/2020
 
Point of Contact
Hector Cortes, Phone: 4107626238
 
E-Mail Address
hector.i.cortes@uscg.mil
(hector.i.cortes@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04020QPOE462 applies and is used as a Request For Quote (RFQ).�� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a FIRM FIXED PRICE Purchase Order. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: GENERAL REQUIREMENTS: The work consists of the repair of the Hoist P360 forklift S/N 29846. The contractor will disassemble and remove both brake planetaries, disassemble and replace brake discs, reassemble with new brake and hub seals. The work can be performed at the Inventory Control Point (ICP) located at USCG YARD, 2401 Hawkins Point RD, Baltimore, MD or at the shop of the contractor.� Contractor will need to provide all equipment to transport, install, and remove damaged or excess material accumulated due to the repair.� If contractor desires to take forklift to their shop for repairs they must make the pickup arrangements to transport. COMMENCEMENT AND COMPLETION OF WORK: The period of performance will commence June 12th, 2020 and the repair shall be completed during a 5-day period, at night and/or weekend, within same 30-day period. The Contractor can schedule delivery and work performance period up by contacting Lars Braun @ 1-410-762-6145 or CWO Omar Matthews @ 1-410-762-6876.� If the contractor desires to take the forklift to their shop for repairs, its requested that the forklift be picked up on Thursday, June 11th, 2020. SCOPE OF WORK: Requirements: The government requires the repair of the Hoist P360 forklift. The repair consist of replacing both brake planetaries, both brake discs and both hub seals. The Contractor is to setup materials and equipment necessary for the repair in the area adjacent to the Tower 4. Materials and equipment shall only be moved through bay doors at the southwest access of the parking lot referenced above. The Contractor shall dispose of, as scrap, all items or materials removed during the completion of the project that are not designated to be reinstalled, retained and/or shipped by the Contractor. All item/material disposals are in accordance with applicable Federal, state, and local regulations. Contractor Furnished Material and Property:� The Contractor shall furnish all materials, equipment, and labor necessary to fulfill the requirements of this contract. The Contractor shall also provide documentation showing compliance with OSHA safety requirements. The Contractor shall submit to the Contracting Offer within five (5) business days prior to the commencement of work, a written accident prevention plan (health and safety plan) per 29 CFR 1926 Subpart C.� The safety plan shall be generic and shall contain a minimum of the following major elements: Management commitment and assignment of responsibilities. Safety communications. Hazard assessment and control. Accident/exposure investigation. Safety planning, rules & work procedures. Safety and health training and instruction. Record keeping and documentation. Contract Performance:� If at any point during the work performance period the Contractor expects to have performance issues, the Contractor shall provide immediate notice to the Contracting Officer. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. WORKMANSHIP:� All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades.� The work shall be supervised by experienced personnel and shall be satisfactory to the U.S. Coast Guard Contracting Officer. ***� ENTIRE SCOPE OF WORK (SOW) IS ATTACHED TO THIS SOLICITATION *** ** SHIPPING: FOB DESTINATION REQUIRED. ** SHIP TO: �������������� USCG SURFACE FORCES LOGISTICS CENTER �������������� RECEIVING ROOM � BUILDING 88 �������������� 2401 HAWKINS POINT ROAD �������������� BALTIMORE, MD 21226 Please direct all payment and invoicing inquiries to the U.S. Coast Guard FINCEN, Customer Service @ Telephone number 757-523-6940 or Fax No.� 757-523-6906 or email address FIN-SMB-YARDTEAM@USCG.MIL. �������������������������� **ELECTRONIC INVOICING** ���������� https://www.work.uscg.mil/fincen/electron/electroncgyard/ ������������___________________________________________________________ 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 https://www.acquisition.gov/browse/index/far.� I do go through the ARM to the link to the FAR, etc., to ensure I am accessing the latest version of the regulations. Number�������������������������������������������������������������� Title���������������������������������������������������������������������� � Date 52.212-1������������������������������ INSTRUCTIONS TO OFFERORS���������������������������������������������������� OCT 2018 52.212-2������������������������������ EVALUATION � COMMERCIAL ITEMS ������������������������������������� OCT 2014 52.212-3������������������������������ OFFEROR REPRESENTATIONS AND ����������������������������������������������� CERTIFICATIONS � COMMERCIAL ITEMS ���������� ������������������ OCT 2018 52.212-4������������������������������ CONTRACT TERMS AND CONDITIONS��������������������� ������ ������� OCT 2018 52.247-34���������������������������� F.O.B. DESTINATION������������������������������������������������������ �������������� NOV 1991 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items.�� (Aug 2019) � (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������_____(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ������_____(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ������_____(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). ����� _____(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). ������_____(5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). ������_____(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19�U.S.C.�3805 note)). ����� (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �����[Contracting Officer check as appropriate.] ������_____(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41�U.S.C.�4704 and 10�U.S.C.�2402). ������_____(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41�U.S.C.�3509)). ������_____(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ������_____(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31�U.S.C.�6101�note). ������.28 � LABORER:� Pipelayer..............$ 13.35������������ 2.80 � LABORER: Mason�� Tender-Brick/Cement/Concrete.....$ 12.00������������ 0.00 � OPERATOR:��� Backhoe/Excavator/Trackhoe.......$ 18.47������������ 2.41 � OPERATOR:� Bulldozer.............$ 16.00������������ 1.87 � OPERATOR:� Crane.................$ 19.77������������ 4.48 � OPERATOR:� Forklift..............$ 13.86������������ 0.00 � OPERATOR:� Grader/Blade..........$ 15.72������������ 1.49 � OPERATOR:� Loader................$ 16.17������������ 0.25 � PAINTER:� Brush, Roller and�� Spray............................$ 12.35������� �����0.00 � PLUMBER..........................$ 18.48������������ 3.93 � ROOFER...........................$ 11.75������������ 1.06 � SHEET METAL WORKER, Excludes�� HVAC Duct Installation...........$ 15.81������������ 1.40 � TRUCK DRIVER.....................$ 13.38������������ 1.48 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.� If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.� Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of """"identifiers"""" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union averag...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1118f28bc25f4a0b9a1bb6bcdeacd3c4/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05680407-F 20200606/200604230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.