SOLICITATION NOTICE
J -- Bertholf's Masts - pictures
- Notice Date
- 11/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- HSCG85-0P-Q-45461
- Archive Date
- 12/5/2009
- Point of Contact
- Danielle M. DeVillier, Phone: 5104375976
- E-Mail Address
-
danielle.m.devillier@uscg.mil
(danielle.m.devillier@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- IGE pic5 pic4 pic3 pic2 pic1 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. Solicitation number is HSCG85-0P-Q-45461 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-34. The NAICS Code is 336611. The small business size standard is 1000. This is a 100% small business set-aside. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Fabricate the two AN/SLQ32 Maintenance Platforms and the attachment points to CGC BERTHOLFs mast, in accordance with drawing ASC180423, Sheets 44A-E. Period of Performance Nov 23, 2009-Jan 31, 2010, exact dates for the installation of the attachment points to the mast yet to be determined due to other work and testing in the vicinity of mast. Upon completion of fabrication, the maintenance platforms shall be set in place to ensure proper fit and function. Installation points and any disturbed areas of the mast shall be painted IAW USCG Colors and Coatings Manual. COMDINTS M10360.3C Maintenance Platforms shall be painted with two coats primer; final coat shall be same color as the mast platform where these are installed. Before any painting, prepare work area by power tool cleaning in accordance with SSPC-SP15, do not use wire brushes. Remove all dust, dirt, blast residue, grease, oil and other containments from entire work area. Where new paint is to be merged into existing paint system, provide a three inch wide, smoothly tapered boundary from the existing paint to the prepared metal surface. Contractor shall provide fire watch during all times when hot work is performed during the performance of this contract. Contractor is responsible to provide all labor and tools necessary to conduct this work including but not limited to: on sight storage facility, man lift, scaffolding, crane lifts, sanitary facilities, trash services. Smoking and use of tobacco products aboard the Vessel or in Vessel office space is prohibited. The contractor shall comply with and ensure compliance to the following for operations which may affect Government personnel or property: 29 CFR Part 1915, "Occupational Safety and Health Standards for Shipyard Employment", 29 CFR Part 1910, "Occupational Safety and Health Standards", and 29 CFR Part 1926 "Safety and Health Requirements for Construction". The following information must be provided to evaluate past performance: evidence of past successful manufacture to OEM specifications of all required parts, for the government, OEM, or secondary market, to include evidence of durability and that the parts met normal life cycle expectations without failures. Place of delivery is USCGC BERTHOLF, COAST GUARD ISLAND, BLDG 42, ALAMEDA, CA 94501. Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-0P-Q-45461; (2) CLIN number, item name, part number, and unit/extended prices for all CLIN's (3) proposed delivery after receipt of order in calendar days for each CLIN; (4) past performance information as required above (5) verification that each item shall be individually preserved, packaged, marked, bar-coded and shipped surface freight in accordance with best commercial practices; (6) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (7) Contractors full name, address, and telephone number. 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 (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. 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-Commerical Items (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246) (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a - 10d) (JUN 2003);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (DEC 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Closing date/time for submission of quotations is 20 NOV 09 at 8:00 A.M. San Francisco CA time. Ensure that in addition to prices, quotes include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to MLCPAC (vpl), 1301 Clay Street, Suite 807N, Oakland, CA 94612, Attn: SK2 Danielle DeVillier. Electronic offers submitted via FAX to (510) 637-5978 or by email to danielle.m.devillier@uscg.mil are acceptable and encouraged*****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-0P-Q-45461 /listing.html)
- Place of Performance
- Address: USCGC Bertholf (WMSL-750), Coast Guard Island, CA, Alameda, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN01997708-W 20091106/091104234837-9e7933361b7068feb023b7a85e8e6dfe (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 |