Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2006 FBO #1795
SOLICITATION NOTICE

J -- Painters

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-06-Q-41152
 
Response Due
10/2/2006
 
Point of Contact
Linda Mannion, Purchasing Agent, Phone 410-762-6475, Fax 410-762-6008, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
 
E-Mail Address
Linda.A.Mannion@uscg.mil, Dave.H.Monk@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation to establish a Requirements Contract for commercial services (Painters/Project Manager) for a Base Year and Two (2) Option Years and is 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. The Request for Quotation Number is HSCG40-06-Q-41152. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. The applicable North America Industry Classification System (NAICS) Code is 238320 and the business size standard is $13 Million. If a delivery order is issued under the resulting contract for hours of Painters/Project Manager services, the contractor shall supply the required job classifications within six (6) business days. Conduct of Performance: Each delivery order issued under this contract shall contain a work statement defining the location where work will be performed, a general description of the work to be performed, and the number of hours required for each labor category. The Project Manager shall report to the Coast Guard Technical Point of Contact, as specified on the delivery order, at the beginning of each workday to report the accomplishments of the tasks completed the day before and for an inspection of the services that have been performed. At this time, any necessary redirection of the effort shall be communicated via verbal task order by the Coast Guard technical point of contact within the scope of the delivery order and within the hours authorized by the individual order. The Project Manager shall be responsible for the performance of the tasks under each order and shall be responsible for communicating and directing all effort under each order to the Painters. Equipment Responsibility: The contractor shall not be responsible for supplying paintbrushes and other tools to accomplish the required task order. The United States Coast Guard YARD shall supply these tools and the paint to be used. The Painters/Project Manager shall be responsible for supplying all Personal Protective Equipment including safety helmets, glasses, shoes and personal respirator, fit-tested. The Coast Guard YARD will provide grade D breathable air for airline respirators. Officials authorized to place delivery orders: U.S.C.G. Engineering Logistics Center, 04 Division, 2401 Hawkins Point Road, Baltimore, MD 21226. Statement of Work: The contractor performs all kinds of skilled journeyman painting tasks involved in the construction, repair, maintenance, overhaul, and conversation of a wide variety of types and sizes of marine craft and vessels and in connection with miscellaneous manufacturing projects performed at the YARD. These include: 1) Prepares metal surfaces for painting removing grease, old paint, rust, scale, etc, as necessary. 2) Prepares degreasing solutions, and treats metal objects or surfaces to be painted by immersion or washing. 3) Cleans and smoothes surfaces with sandpaper, emery clothes, and wire brushes. 4) Prepares wood or plaster surfaces for painting by removing old paint, filling cracks and holes, sanding, and applying fillers and base coats. 5) Removes old paint with solvents and scrapers. 6) Patches cracks and holes with patching plaster, putty, or plastic wood. 7) Washes and sands surfaces as necessary, treats them with oil, turpentine, or there preparations where required. 8) Paints and rubs filler material into open-gained woods. 9) Mixes paints and other surfacing materials. 10) Fixes base materials, thinners, and pigments to obtain appropriate consistency, color, fixes base materials, thinner, and pigments to obtain appropriate consistency, color and drying properties. 11) Matches colors as needed. 12) Prepares putty and other patching filling materials. 13) Paints surfaces with various types of paint, varnish, shellac, latex, epoxy paints, lacquer, and enamel, employing brushes, spray-painting equipment, or paint rolling equipment. 14) Sets up and operates spray-painting equipment or other power painting equipment. 15) May also do spray booth painting or dip painting. 16) Sands between coats and rubs final coats as needed to obtain proper adhesion between coats. 17) May bake finishes on enameled and painted articles. 18) Occasionally assists sandblasters in sandblasting operations. 19) Cleans, maintains, and repairs equipment and tools. 20) May make and apply stencils for lettering and decoration. Furthermore, may do stripping. All services shall be performed at the U.S. coast Guard YARD on or around ships in drydock, at dockside, or in Coast Guard YARD Industrial shops. The contractor shall supply workers experienced and capable of working in a shipyard environment. The services shall be issued via delivery orders and are in support of Shipyard availabilities. It is essential that the proper skill level of painters be supplied for each individual order placed under the resulting contract. Any delay to a shipyard availability due to inferior painting services would be costly to the Government and is a primary consideration in the award and continuation of any resulting award. SAFETY: The contractor must follow 29 CFR 1915 Occupational. Safety and Health Standards for Shipyard Employment. The following are some of the hazards associated with working on the CG YARD, lead based paint, asbestos, marine coatings (isocyanide based & high solid paints), scaffolding, manlifts, cranes, openings in decks, confined spaces, hotwork and flammable liquids. The contractor is required to provide all Personal Protective Equipment for their employees. The CG YARD will provide grade D breathable air for airline respirators. The CG YARD will not be the designated Rescue Team for confined space entry for contract employees. The contractor is responsible for providing any safety training for their employees and have available to the government and enforcement officials evidence of required safety training. A brief handbook (electronic - Adobe Acrobat format) will be given at post-award of specific Safety & Environmental information. ENVIRONMENTAL: The CG YARD has a certified Environmental Management System (EMS)(ISO 14001), as such the EMS applies to contractors conducting work on the facility. The CG YARD has air, water discharge and oil operation permits. The CG YARD is the generator of all hazardous waste generated on the facility (YARD Safety Office). The requirements can be found in the YARD's EMS Manual. A copy will be provided (electronic - Adobe Acrobat format) at the post award meeting. Any updates will be delivered to the contractor via the COTR and/or Purchasing Agent. The contractor is required to provide evidence of any environmental associated training given to contract employees when requested by the government or enforcement officials. A brief handbook (electronic - Adobe Acrobat format) will be given at post-award of specific Safety & Environmental information. A training presentation will be made available to the contractor for training contract personnel about the EMS and general environmental awareness. The offeror(s) shall document their ability to supply Painters/Project Manager in accordance with the Required Technical Qualifications set forth as follows: Required Technical Qualifications ? 1) The Painter/Project Manager must have a thorough knowledge of most phases of the painting trade relating to marine work in a shipyard, including theory and practice of the equipment, tools, materials, and supplies used. 2) Must be thoroughly versed in marine trade methods and in the proper sequence of performing marine trade tasks. 3) He must be able to operate all types of paint sprayers, suspend scaffolding and rigging, be familiar with primers, fillers, preservatives, rust preventatives, stains, oils, insulation materials, lacquers, enamels, epoxy paints and other various coatings, and the method of their application. 4) Is expected to continually improve his knowledge and skill to keep pace with technological developments. 5) The Painters/Project Manager is required to follow 29 CFR 1915 (OSHA Shipyard Industry Standard) while performing at the Coast Guard YARD. The Contractor shall have and document an Occupational Health and Safety Program addressing the requirements of 29 CFR 1915 as it relates to the hazards of shipyard work. FAR 52.212-1, Instructions to Offerors?Commercial Items (Jan 2006) and the following addenda: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers; Proposal Preparation Instructions: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2006) to include alt I (Apr 2002); these certifications must be included with quote. Technical Proposal: The offeror shall submit a technical proposal that documents the marine qualifications of the Painters/Project Manager that they commit to supply under any resulting contract. A proposal that merely states that the workers will meet all the requirements of the solicitation may be determined technically unacceptable. Any offer submitted shall include details of the types of experience, including marine experience, for each Painter/Project Manager proposed. The proposal shall also include details that confirm that the offeror is capable of supplying as many as six (6) qualified Painters and a Project Manager within six (6) days of receipt of the order. In addition, the proposal shall provide corroboration that Painters/Project Manager proposed will be providing their own personal respirator that has recently received a good fit-test. Past Performance: Offeror shall supply at least one (1) relevant marine shipyard recommendation for past performance evaluation purposes. Price Proposal: Offeror shall provide an hourly rate for the following labor categories: Base Year: CLIN 0001 ? PAINTER (Straight Time), CLIN 0002 ? PAINTER (Overtime), CLIN 0003 ? PROJECT MANAGER (Straight Time), CLIN 0004 ? PROJECT MANAGER (Overtime); Option Year One: CLIN 1001 ? PAINTER (Straight Time), CLIN 1002 ? PAINTER (Overtime), CLIN 1003 ? PROJECT MANAGER (Straight Time), CLIN 1004 ? PROJECT MANAGER (Overtime); and Option Year Two: CLIN 2001 ? PAINTER (Straight Time), CLIN 2002 ? PAINTER (Overtime), CLIN 2003 ? PROJECT MANAGER (Straight Time), CLIN 2004 ? PROJECT MANAGER (Overtime. These rates shall include all costs to perform the required services. The Government estimates that there will be a need for approximately 3,000 hours of services required during the Base Year and each Option Year period for this contract. (2,000 hrs/Painters, with 400 hours overtime and 500 hours Project Manager, with 100 hours overtime). These are estimated hours only and are not a representation to an offeror or contractor that they will be required or ordered, or that conditions affecting requirements will be stable or normal. Conditions may change and there may be a need for significantly less or more hours. Proposed rates shall be fixed and shall remain fixed throughout the period of performance. Painters/Project Manager shall be entered into the Coast Guard YARD?s Time & Attendance system for tracking purposes only. All services provided over eight (8) hours per day/forty (40) hours per week shall be considered overtime. On days of inclement weather, contractor shall call the Coast Guard Inclement Weather Hotline at (410) 636-7910, Option 1. If the recording announces that the U.S. Coast Guard YARD is closed, contractor shall NOT report to the YARD and WILL NOT be compensated for that day. In the event that the contractor reports to the YARD and is sent home (inclement weather, no work, etc.), contractor shall receive a minimum of two (2) hours compensation at the standard rate at which they are authorized under the agreement. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: FAR 52.217-5 Evaluation of Options. Proposal Evaluation: The Government will evaluate all offers to be qualified for award as follows: If it is determined in the best interest of the Government, the Government reserves the right to make more than one award in response to this solicitation. The Government will review each proposal submitted in response to this solicitation and make award to the offeror who submits the best proposal for supplying personnel with the qualifications listed above. The Government will consider price as a factor in the evaluation, but the contractor?s technical qualifications and capability to provide a number of Painters/Project Manager are more important. Past Performance information will also be considered. The experience will be evaluated for its relevancy and should be recent. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. Marine shipyard experience is required. Proposals not meeting this requirement may be determined unacceptable. The evaluated price will be obtained by multiplying the estimated number of hours times the relevant labor category rate for the base year and each option year. The labor category totals for the base year and each option year will then be added together to achieve a final price for evaluation purposes. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror?s understanding of the work and ability to perform the contract. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all or none basis. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms: The Government's normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. Submission of invoices may occur no more often than "weekly"; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2006); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995) Minimum Order: Less than $500.00/Maximum order: Single Item in excess of $50,000.00, Combination of Items in excess of $50,000.00; FAR 52.216-21 Requirements (Oct 1995); FAR 52.217-8, Option to Extend Services (Nov 1999); ( The Contracting Officer may exercise the option by written notice to the Contractor any time up to within one (1) day of contract expiration); and FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (The Government may extend the term of this contract by written notice to the Contractor within one (1) calendar days prior to expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. Note: The U.S. Coast Guard reserves the right to use other means outside of this contract, including our own workforce, to accomplish the required services if our response and/or workforce requirements cannot be met.; FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; The following clauses are incorporated and will be provided in full text upon request or can be electronically accessed at http://www.dhs.gov: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates; HSAR 3052.215-70 Key Personnel or Facilities (Dec 2003); HSAR 3052.217-92 Inspection and Manner of Doing Work (Dec 2003); HSAR 3052.217-95 Liability and Insurance (Dec 2003); HSAR 3052.217-98 Delays (Dec 2003); HSAR 3052 217-99 Department of Labor Safety and Health Regulations for Ship Repair (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 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (Dec 2003); HSAR 3052.222-90 Local Hire (Jun 2006); HSAR 3052.223-90 Accident and Fire Reporting; HSAR 3052.242-71 Dissemination of Contract Information; HSAR 3052.242-72 Contracting Officer?s Technical Representative (Dec 2003), FAR 52.212-5; Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Aug 2006), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) ALT I (Oct 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.222-3 Convict Labor (E.O. 11755) (Jun 2003), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351) and FAR 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989). Department of Labor Wage Determination No. 95-2247, REV 1 applies to this requirement and may be located at http://servicecontract.fedworld.gov. See Numbered Note 1. NOTICE TO OFFERORS-SOLICITATION OMBUDSMAN PROGRAM. It is the policy of the USCG 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 USCG 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 USCG Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593-0001; Fax: 202-267-4011. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, all information specified in Proposal Preparation Instructions, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (Jun 2006). Copies may be obtained by calling the Agency. The closing date and time for receipt of offers is 02 October 2006, 4:00 PM, Eastern Time. E-Mail quotes are acceptable and may be sent to Linda.A.Mannion@uscg.mil. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-06-Q-41152/listing.html)
 
Place of Performance
Address: U.S. Coast Guard YARD 2401 Hawkins Point Road Baltimore, Maryland
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01170357-F 20061026/061024231043 (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.