SOLICITATION NOTICE
99 -- Water tow of CGC ACUSHNET from Ketchikan, AK, to Bellingham, WA
- Notice Date
- 6/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483113
— Coastal and Great Lakes Freight Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-08-R-625A27
- Response Due
- 6/24/2008 11:00:00 AM
- Point of Contact
- Rebecca A Budde,, Phone: 907 228-0326, Valerie S Rivera-Chase,, Phone: (510) 637-5972
- E-Mail Address
-
Rebecca.A.Budde@uscg.mil, Valerie.S.RiveraChase@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation HSCG85-08-R-625A27 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. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. This procurement is set-aside for small businesses. The NAICS is 483113. 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 than 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 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 office, 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 protest 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: Commandant (CG-913), U.S.Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 372-3692, Fax: (202) 475-3904. 1. Contract Line Item: Contractor to provide all labor, equipment and materials necessary to tow CGC ACUSHNET (fully manned) from Ketchikan, AK to Fairhaven Shipyard in Bellingham, WA. Total Price $ 2. Performance will commence on or before 26 July 2008 and complete no later than 30 July 2008. 3. Place of Performance: Start at cutter’s home moorage in Ketchikan, AK and complete at Fairhaven Shipyard in Belliingham, WA. 4. Description of Requirement: All work will be accomplished in accordance with the following specification. Ocean Towing MI_86300_RRY_0608_225B SCOPE The intent of this item is for the Contractor to tow the vessel from her homeport to the Contractors facility. Government Furnished Property: None REFERENCES Coast Guard Drawings: 167-WAT 103-1, Rev G; Booklet of General Plans (ACUSHNET) (167) 167-WAT 2601-7, Rev 3; Anchor Handling and Stowage Applicable Documents: NAVSEA SL 740-AA-MAN-010, Rev 3, U.S. Navy Towing Manual, 1 SEPTEMBER 1988 REQUIREMENTS The Contractor shall provide all labor and material to accomplish the following in accordance with the General Requirements Background – THE COAST GUARD DESIRES TO TOW THE CUTTER FROM HER HOMEPORT AT KETCHIKAN, ALASKA, TO THE CONTRACTOR’S SHIPYARD IN BELLINGHAM, WASHINGTON. THE CUTTER WILL BE MANNED DURING THE TOW. ANY ASPECT OF THE TOW NOT SPECIFICALLY COVERED BY THIS SPECIFICATION SHALL BE UNDERTAKEN IN ACCORDANCE WITH THE U.S. NAVY TOWING MANUAL. FOR THE PURPOSES OF BIDDING THIS ITEM, THE CONTRACTOR SHALL PRESUME A “WET” DAY/HOURLY RATE, INCLUSIVE OF FUEL. TOWING SYSTEM DESIGN The Contractor shall: Select the appropriate towing vessel (minimum 50,000 lbs bollard pull and 2000 horsepower), and, Select suitable hawsers. Due to limitations in the cutters shaft locking system, the tow speed shall be no more than 9 Knots. Suitable attachment points for the towlines shall be selected, using the cited drawings as a guide, and using existing structures and fittings. TOWING VESSEL AND CREW The towing vessel shall be a U.S. flag towing vessel, with appropriate load lines for Ocean service, commanded by a Master with the appropriate Towing endorsement. The tow shall be assisted in and out of port or emergency ports by additional assist tugs. At least one (1) additional tug shall be used in restricted waters and in any other circumstances where close quarters situations exist, to control the vessel in tow. TOWLINE(s) Primary Towline – shall be wire, chain, or synthetic rope, appropriately sized per the techniques and data of the U.S. Navy Towing Manual. The cost of Pilots, Pier Masters, Surveyors, Underwriters, and any other miscellaneous charges involved to effect a safe and satisfactory tow shall be borne by the contractor. Towing Plan Prepare and submit a Towing Plan for approval by USCG detailing the contractor's proposed towing arrangements and particulars of tow. The Towing Plan shall contain, as a minimum, the following information: Description of primary towing tug and other tugs for assisting vessel during initial hookup and arrival at shipyard facility Planned towing route NOTE: The cutter will need to be able to discharge sewage and grey water at least once during the tow. If the majority of the tow will be on the Inside Passage, the course shall be arranged to allow pumping sewage in Dixon entrance (3nm from land or more on the US side of the border) and Queen Charlotte Sound (12nm from land in accordance with Canadian law). Towing schedule Points of contact for shipyard site, Pilots, tug boats operators, etc. Emergency phone number listing. Submit two (2) copies of the proposed Towing Plan to the MLCP(v) no later than seven (7) days prior to the towing evolution schedule departure. Preparation of tow Prior to accepting the tow, the Officer or Master of the towing vessel shall inspect the tow to confirm its seaworthiness and readiness for tow. The inspection include, but not be limited to: Review the towing inspection checklist, shown in Appendix H of the U.S. Navy Towing Manual to ensure it is thorough, adequate, and properly completed. Inspect tow rig, appendages, and attachment point to ensure that the tow is properly rigged. Inspect the towline, bridle, and associated towing gear for wear and to ensure that improper substitutions have not been made in fittings and materials. Typical items to look for include: — Mild steel substituted for forged steel in safety shackle pins. — Stainless steel substituted for other high strength alloys. — Improperly sized components. Note whether a retrieving wire is rigged and if proper mooring lines are available. Ensure that provisions have been made for quickly releasing the towline in an emergency. Conduct of Tow Communication between towing vessel and cutter shall be by radio. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror’s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: In accordance with FAR 52.212-1(b)(1) and the following the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor’s Tax Information Number, and DUNS Number. Proposals must be received not later than 24 June 2008, 11:00 A.M. Local Alaska time. Proposals received after the date and time specified will not be considered. Offerors may fax their proposals to: (907) 228-0200 Attn: Rebecca Budde or e-mail to Rebecca.a.budde@uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (Jun 2008), FAR 52.212.2, Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2008). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.215-1,52.219-6, 52.219-1, 52-219-8, 52-219-14, 52.219-28, 52-222-3, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35-36-37, 52-222-39, 52.222-41, 5.222-42, 52.225-1, 52.225-13, 52.232-1, 52.232-8, 52.232-23, 52.232-25, 52.232.33, 52.233-1, 52.233-2, 52.233-3, 52.242-2, 52.249-2, 52.253-1 and HSAR 3052.209.70. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors may contact Rebecca Budde at (907) 228-0326 for information regarding the solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f282f99bb426821babd53ffb4cfbfd83&tab=core&_cview=1)
- Place of Performance
- Address: Ketchkan, AK to Bellingham, WA, Ketchikan, Alaska, 99901, United States
- Zip Code: 99901
- Zip Code: 99901
- Record
- SN01594791-W 20080619/080617221257-f282f99bb426821babd53ffb4cfbfd83 (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 |