Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
MODIFICATION

20 -- USCG STATION MERRIMACK RIVER MARINE TRAVE LIFT 55,000 LB CAPACITY

Notice Date
8/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-09-Q-1CFBL1
 
Point of Contact
Jane H McKenzie, Phone: 617-223-3159, Beverly A Primm, Phone: (617) 223-3119
 
E-Mail Address
jane.mckenzie@uscg.mil, beverly.a.primm@uscg.mil
(jane.mckenzie@uscg.mil, beverly.a.primm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE CHANGE to inside clearance width---inside clearance width to be 19' 6" 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. HSCG24-09-Q-1CFBL1 is issued as a request for Quotation RFQ The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-33. This is a an unrestricted requirement the applicable NAICS code is 333923 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCG Station Merrimack River, 65B Water Street, Newburyport MA 01950, on or before: 3 months ARO. Offers are due at: USCG ISC Boston, 427 Commercial St., Boston MA 02109, by the Close of Business on 3 SEPT 2009. Questions may be directed to Jane Mckenzie, telephone 617-223-3159, or email Jane.Mckenzie@uscg.mil. The USCG ISC Boston has a requirement to purchase: 01.Traveling Boat Lift per specifications below 02.Dismantling and removal/disposal of existing boat lift. The existing boat lift is a Marine Travel Lift 25 AMO (50,000 Lbs) capacity. Offerors shall quote each item separately Specifications---- United States Coast Guard Station Merrimack River Travel Boat Lift SCOPE OF WORK FOR TRAVELING BOAT LIFT 1.GENERAL The Contractor shall provide all labor, materials, equipment, supervision, transportation and all other services necessary to replace existent traveling boat lift and dispose of travel lift currently installed at United States Coast Guard Station Merrimack River in accordance with the below specifications. The current travel lift for disposal is a Marine Travel Lift 25 AMO (50,000 Lbs) capacity. 2.LOCATION The delivery location will be: USCG Station Merrimack River 65B Water Street Newburyport, MA. 01950 The exact location of the work and set up will be supervised by the Engineering Petty Officer here at Station Merrimack River, MK1 Kurtis Yoder. 3.TRAVEL LIFT REQUIREMENTS Rated Lifting Capacity: 55,000 Lbs Inside Clearance Height: 18’ Inside Clearance Width: 19' 6" 4 Wheel Drive System Hoist System: 4 Independent Hydraulic Controllers Wire Rope Requirements: Galvanized XIPS IWRC Sling Requirements: Nylon One Ply with Quick Disconnect Sling Lengths: 12” x 26’ Forward block must be able to accommodate two slings and/or spreader bar Power Sling adjusters with independent hoisting capability Needs to have Load Indicators The hoist must be able to clear our boat house dimensions and also the dimensions of our finger pier as per attached with max weight limits below. REQUIREMENTS (Cont) Finger Pier Weight Limits Max Boat Hoist Wheel Load: 17.35 Tons Max Weight Load: 34 Tons Max Weight Per Axle: 22 Tons 4.HOURS OF WORK the work described shall be performed between the hours of 0800-1700 local time Monday through Friday, excluding Government Holidays. Any work outside of these specified hours must be approved by the Contracting Officer and or his/her Contracting Officers Trained Representative (COTR) prior to the start of work past regular scheduled hours. 5.COORDINATION OF WORK The work described herein is to be conducted at Station Merrimack River. The contractor shall keep the Contracting Officer and or his/her COTR informed of all performances of work. 6.GOVERNMENT FURNISHED UTILITIES The Government shall provide all reasonable amounts of potable water and electrical power necessary to complete work described herein. Sanitation facilities will also be available for all contractors. 7.CONTRACTOR QUALIFICATIONS The Contractor must furnish all Federal, State and local permits and licenses in accordance with work to be completed. 8.PARKING The contractor is authorized parking spaces during the performance of the work. Overnight parking is not permitted 9.INSPECTIONS The contractor shall keep the COTR fully informed of contract operations and plans so that the COTR can arrange to be present at various times when work is performed. All work will be inspected and accepted by the COTR. The Government reserves the right to inspect the Travel Lift, delivery and set up at any point 10.STORAGE The Contractor shall not store any hazardous materials and/or equipment on government property. If in the case of a machinery casualty, the contractor must request and receive verbal approval from the COTR to store any item on the premises. 11.HANDLING AND DISPOSAL The Contractor shall handle and dispose of materials and waste in accordance with all attached applicable State and/or Federal Regulations. The Contractor shall not provide or administer any chemicals on the premises with out the authorization from the COTR. http://www.mass.gov/dep/recycle/lawsrule.htm http://www.epa.gov/lawsregs/.htm 12.CERTIFICATE OF INSURANCE INSURANCE TO WORK ON GOVERNMENT PROPERTY Before commencing work under this contract, the contractor shall certify in writing that the required insurance has been obtained. If in the case of policy cancellation or material change the Governments interest shall not be effective; (1) for such a period as the laws of the State in which this contract is to be performed as prescribed, or (2) until thirty days after the insurer of the contractor gives written notice, which ever period is longer. (C) The contractor shall ensure any subcontractors used under this contract the provide and maintain the insurance required under his contract and shall provide in writing that the required insurance has been obtained, making available to the Contracting Officer upon request. *Workers Compensation as required by Federal and State Laws. *All insurance policies shall provide for notice of cancellation and shall be given to the Contracting Officer not less than (30) days before the effective date. 13.FINAL INSPECTION AND ACCEPTANCE Upon completion, the contractor shall notify the Quality Assurance Inspector for acceptance of final product. Additional contract requirements, terms and conditions, if any warranties: 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; The offeror should submit a specification sheet, past performance information, and a price proposal including estimated date of items/services that are being offered (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. Quotes may be mailed, faxed or emailed. 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 (Jun 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) and the evaluation criteria will be: price, technical specifications, past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006);52.219-14 Limitations on subcontracting (Dec 1996) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts)(Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.);52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCB/HSCG24-09-Q-1CFBL1/listing.html)
 
Place of Performance
Address: 65B WATER STREET, NEWBURYPORT, Massachusetts, 01950, United States
Zip Code: 01950
 
Record
SN01932092-W 20090830/090829004805-d9770a044d29ec1d897c3f584e52bab8 (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.