|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045U.S. Coast Guard Academy, Contracting Office (FP), C/O U.S. Coast Guard
Research and Development Center, 1082 Shennecossett Road, Groton, CT
06340-2890 Z -- ELECTRICAL SERVICES FOR COAST GUARD RESEARCH VESSELS, LITTLE SAND
ISLAND, MOBILE, AL SOL DTCG39-98-R-E00078 DUE 032598 POC POC: Cathy
Harrington, (860) 441-2874, Telefax (860) 441-2888, email:
charrington@rdc.uscg.mil This is a combined synopsis/solicitation for
commercial items prepared in accordance with FAR 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. The
solicitation number is DTCG39-98-R-E00078. The solicitation is issued
as a Request For Proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-03. This acquisition is further
identified as a 100% Small Business Set Aside. The size standard is
$7,000,000.00. The Standard Industrial Code (SIC) is 1731. The United
States Coast Guard Research and Development Center, Groton, CT, has a
requirement for the acquisition of electrical services for the Coast
Guard Fire and Safety Test Detachment, Mobile, AL. The estimated Level
of Effort for this requirement is 4,000 labor hours per year over a
five year period. Offerors shall propose fully loaded labor rates for
a total of 20,000 labor hours. Material costs over five years are
estimated at $10,000.00 per year. For proposal purposes, Offerors shall
include in their proposal $50,000 plus any applicable surcharges for
materials The USCG Research and Development Center, Groton, CT operates
a full scale fire testing facility known as the Fire and Safety Test
Detachment (F&STD) in Mobile AL. The primary purpose of this facility
is to conduct large and full scale fire tests in support of the Coast
Guard's environmental and regulatory missions as well as the Coast
Guard's own infrastructure (cutters and shore facilities). Offices and
shops of the F&STD are located at the Coast Guard Base, Mobile, AL.
Test facilities are located on Little Sand Island in Mobile Bay (just
South of the mouth of the Mobile River and the port of Mobile). Major
assets include the STATE OF MAINE (passenger/cargo length 533'), the
A.E. WATTS (T-2 tanker length 508') and a wave tank (located on the
island). There is no road access to Little Sand Island. The contractor
shall provide electrical services to the F&STD. These services shall
include the wiring of test instruments, marine specific electrical
applications (e.g. DC systems, mg sets, diesel generators, antique
switchboards), and general electrical systems (typical of light
industrial applications. The contractor shall furnish all labor and
supervision for each task. The Government will normally supply
equipment staging, materials, fittings, tools, etc. necessary for each
task order. The contractor shall have the capability to supply the
aforementioned items. Individual task orders will specify whether the
Government or the contractor shall provide the supplies necessary for
the specific task. Temporary and portable lighting may be required in
the performance of this contract and is the responsibility of the
contractor. The major work site will be Little Sand Island.
Transportation for equipment, materials, and personnel will be provided
by the F&STD within the capabilities of the vessels possessed by the
F&STD (2 landing craft and various small boats). Work hours are from 8
AM to 5Pm Monday through Friday. Any changes to this schedule will be
identified in the individual task orders. For purposes of this
contract, chargeable hours will include transit time to and from Little
Sand Island as well actual work hours. Approximately 80% of the
services required for this contract will not require specific knowledge
of marine electrical systems. Requirements for knowledge concerning
specific marine systems will be specified individual task orders. The
State of Maine is not an active vessel. The manner in which
interferences and areas adjacent to the work site will vary with
location and will be identified in individual task orders. In all
cases, the contractor shall ensure the safety of the work site (both
during and following completion) from hazards such as cuts, bumps,
trips and falls. The period of performance for this contract is five
years. Oral orders may be placed under this contract to be followed up
by written orders within five working days. Contractors may be
required to respond to a task order within 48 hours of award. Offerors
must demonstrate the ability to respond to a task order within 48
hours. Offerors must demonstrate that they possess all the facilities,
equipment, and personnel necessary to provide the required services.
Offerors shall maintain, in force, Workmen's Compensation Insurance (or
it's equivalent), covering employees engaged in work under this
contract, and shall maintain, in force, Marine Insurance covering
liability which may be incurred under the U.S. Longshoremen's and
Harbor Worker's Compensation Act as applicable. Offerors shall ensure
that any subcontractors proposed also maintain the above required
insurance. A site visit may be conducted prior to award to verify
compliance with these requirements. Offerors shall provide the name and
telephone number of the individual responsible for all work to be
performedunder this contract. Offerors shall provide, along with their
cost proposal, four (4) letters of reference from completed contracts
within the past 12 months, preferably for marine related work. Award
will be based on best value. The anticipated contract vehicle is an
Indefinite Delivery/Indefinite Quantity (IDIQ) contract with provisions
for placing firm fixed price task orders in accordance with Federal
Acquisition Regulation provisions and clauses: 52.212-1 Instruction to
Offerors -- Commercial Acquisition (JUN 1997); 52.212-2 Evaluation --
Commercial Acquisition (OCT 1997) [insert: technical evaluation
criteria are: past performance and cost. Past performance and cost are
of equal value.]; 52.212-3 Offeror Representations and Certifications
-- Commercial Items (JAN 1997); 52.212-4 Contract Terms and Conditions
-- Commercial Items (May 1997); 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(AUG 1996) [the applicable clauses as identified in this clause are as
follows: 52.203-6 Restrictions on Subcontractor Sales to the
Government with Alt. I (JUL 1995); 52.219-8 Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (JUN 1997);
52.219-14 Limitation on Subcontracting (DEC 1996); 52.222-26 Equal
Opportunity (APR 1984); 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans (APR 1984); 52.222-36 Affirmative
Action for Handicapped Workers(APR 1984); paragraph d to clause
52.212-5 also applies to this contract] ; 52.216-18 Ordering (OCT
1995)fill-in: [orders may be issued from award date through 60 months];
52.216-19 Order Limitations (OCT 1995)[minimum order $500.00; Maximum
order: (1) any order for a single item in excess of $150,000, (2) Any
order for a combination of items in excess of $150,000.00, (3) A series
of orders from the same ordering office within 10 days that together
call for quantities exceeding the limitation in (1) and (2) above.
Paragraph (d) fill-in ["2 working days"]; 52.216-22 Indefinite Quantity
(OCT 1995) [paragraph (d) fill-in ["six months beyond the ordering
period"]; 52.216-27 Single or Multiple Awards (OCT 1995);
Transportation Acquisition Regulation Clause 1252.217-80 Department of
Labor Safety and Health Regulations for Ship Repairing (OCT 1994).
Notice to Offerors: It is the policy of the Coast Guard to issue
solicitations and make contract awards in a fair and timely manner. To
further this policy, the Commandant has created the position of
Solicitation Ombudsman who is empowered to investigate issues raised by
prospective offerors and resolve them, where possible, without
expensive and time-consuming litigation. Potential offerors who believe
that a Coast Guard solicitation 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 offeror
should then contact the Coast Guard Solicitation Ombudsman at the
address below: Commandant (G-CPM-S/3), Washington, DC 20593; Telephone
(202) 267-2285; Fax (202) 267-4011. Potential offerors should provide
the following information to the Ombudsman in order to ensure a timely
response: solicitation number, contracting officer, contracting
officer, and a solicitation closing date. Offers are due on 25 March
1998 in this office by 4:00 PM (local time). The Contracting Officer
for this solicitation is Ms. Joy Simmons. Additional information
regarding this solicitation may be obtained by calling Cathy
Harrington, (860) 441-2874 or writing at U.S. Coast Guard Research and
Development Center, Contracting Office (fp), 1082 Shennecossett Road,
Groton, CT 06340-6096. (0062) Loren Data Corp. http://www.ld.com (SYN# 0126 19980305\Z-0022.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|