SOLICITATION NOTICE
79 -- JP5 FUEL TANK CLEANING, TESTING AND BALANCING - Offeror Representations and Certifications - PERFORMANCE WORK STATEMENT
- Notice Date
- 3/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- 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, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-50427
- Archive Date
- 4/30/2009
- Point of Contact
- Paul B. Premoe,, Phone: 410-762-6078, Susanna J. Wiedmann,, Phone: 410-762-6502
- E-Mail Address
-
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (i) 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; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-50427 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 488390 and the business size standard is $7M. U.S. Coast Guard Engineering Logistics Center intends to award a Performance Based Firm Fixed Price Contract. (v) ITEM 0001: Clean, inspect and certify gas-free for three JP-5 and Fuel Oil tanks as described in the attached Performance Work Statement (PWS) chapter “Tanks (Fuel Stowage) Clean and Inspect” during the week of 27 April though 3 May 2009. ITEM 0002: Provide testing and balancing of the air Supply System 61 as described in PWS, chapter “SS-61 Ventilation System Air Flow Testing”. An initial test with readings must occur between 27 April and 3 May. The final testing and balancing of the system will be conducted between 10 May and 14 May 2009. ITEM 0003: FAN – Provide scaffolding at frame 85 suspended from the flight deck down to a distance of 7 feet below the 01 level. The scaffolding shall include a platform 6 feet long by 3 feet wide capable of supporting 1,000 lbs with ladder access to the flight deck. To install the staging, remove flight deck net frames in the area and provide appropriate protection for the non-skid decking. Any damage to ship’s paint or non-skid decking must be repaired. Submit a plan to the government showing the proposed staging and tie down configuration. Install the scaffolding prior to 1 May and remove after 10 May 2009. Scaffolds require standard 42” high rails & midrails and 4” toeboards. Planking must be scaffold-grade and completely cover the area between the railings and the ship. EVALUATION CRITERIA: ***AWARD WILL BE BASED ON PRICE AND THE CONTRACTOR’S ABILITY TO MEET THE DELIVERY DATES*** (vii) Place of performance is: USCG Yard, Alameda, CA 94501-1160. (viii) The following FAR 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 (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The award will be made to the offeror with the lowest priced technically acceptable quotation. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2009). The following clauses listed in 52.212-5 are incorporated: A. 52.219-6, Notice of Total Small Business Set-Aside (June 2003). B. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). C. 52.222-3 Convict Labor (June 2003)(E.O. 11755). D. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). E. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). F. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). G. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). H. 52.222-54 Employment Eligibility Verification (Jan 2009)(E.O. 12989). I. 52.222-50 Combating Trafficking in Persons (Feb 2009). J. 52.225-1 Buy American Act—Supplies (Feb 2009)(41 U.S.C. 10a-10d). K. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008). L. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) (xiii). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiv) QUOTES ARE DUE BY 12:00 PM EST on April 7, 2009. Quotes may be faxed to (410) 762-6008 or emailed to paul.b.premoe@uscg.mil. Vendors must confirm USCG’s receipt of their quotation. The Government will not accept questions after 11:00AM EST on April 3, 2009. (xv) POC is Paul Premoe, USCG Contract Support, 410-762-6078
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65cf5eb3fe7815c80c12f9273d36339b&tab=core&_cview=1)
- Place of Performance
- Address: USCG YARD, ALAMEDA, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN01782348-W 20090402/090331222459-65cf5eb3fe7815c80c12f9273d36339b (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 |