Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

20 -- REMOVAL OF NON SKID FROM DECK

Notice Date
4/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
ZIP Code
00000
 
Solicitation Number
HSCG27-08-Q-3PR391
 
Response Due
4/21/2008 5:00:00 PM
 
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; proposals are being requested and a written solicitation will not be issued. HSCG27-08-Q-3PR391 is issued as a {Request for Quotation (RFQ)}. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-14. The applicable NAICS number is 336611 and the small business size standard is 1,000 employees. This will be awarded as a Firm Fixed Price award. This is a small business set aside procurement. The FOB Destination delivery is to: USCGC ELM, 2301 East Fort Macon Road, Atlantic Beach, NC 28512 on or before: 5/5/08. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 4/21/08. Questions may be directed to John Lukondi, telephone 757-483-8555. Technical questions maybe directed to BMC David Hansen (252)240-8360 or (252)728-0274 (ship cell) or David.R.Hansen@uscg.mil or BM1 Kevin Bragg (252)240-8360 or Kevin.M.Bragg@uscg.mil during normal working hours between 8:00am and 4:00pm Monday through Friday. The USCGC ELM has a requirement to purchase the following: SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required removing non-skid material from 02 boat deck onboard the CGC ELM (WLB-204). 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance, the Contractor shall commence work during the period of April 27, 2008 and be completed prior to May 5, 2008. Contractor will work diligently to complete the entire work and have ready for use in one week (7days). • 3. SCOPE OF WORK: A. The deck to be blasted will be made ready for blasting by ships crew. Both Small Boats will be taken out of cradles and moved to pier. B. 1000 sq feet of non skid decking from the 02 level boat deck will be blasted up to and as close as possible to any brackets or the like made fast to the deck. C. Paint will be removed from adjoining bulkheads 3 inches above deck. D. All debris and equipment associated with blasting will be removed. E. All priming and painting will be accomplished by ships crew 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with BMC Hansen or BM1 Bragg @ (252)728-0274 or (252)240-8360. • 4. DESIGNATED CONTRACTING OFFICER'S REPRESENTATIVE: The designated contracting officer's representative and Point of Contact for this project is BMC Hansen or BM1 Bragg, (252)240-8360. Inquiries concerning any phase of the specification before or after award shall be made to BMC Hansen. 5. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 6. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's representative of his intended start date. The work shall be done in accordance with the specification. 7. 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. 8. 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 Contracting Officer. 9. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. • 10. CLEAN UP: All trash and debris shall be removed from the site. The job site shall be left in a clean and neat manner. 11. WORK OUTSIDE REGULAR HOURS : If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the Contracting Officer's Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 12. UPON COMPLETION OF WORK: Contact the Contracting Officer Representative to arrange for inspection/acceptance of work. 13. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the COTR 5 days prior to commencing work. The employee list shall contain the employee's full name. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 14. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of the Coast Guard Cutter ELM. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be: pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212); 52.225-1 Buy American Act - Supplies (Jun 2003) (41 U.S.C. 10a-10d); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Apr 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21U.S.C. 3332); 52.220-20 Walsh-Healy Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1ba5e73bb03d0656e574792ea8c96e32&tab=core&_cview=1)
 
Record
SN01547702-W 20080406/080404220930-1ba5e73bb03d0656e574792ea8c96e32 (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.