SOLICITATION NOTICE
J -- Water Jet Blasting Services for the USCG Shipyard - Performance Work Statment - Supplemental Instructions to the Offerors - Representations and Certifications - Past Performance Information Sheet - CLIN Matrix
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-11-Q-60776
- Archive Date
- 6/18/2011
- Point of Contact
- Sandra M. Burgert, Phone: 410-762-6546, Susanna J. Wiedmann, Phone: 410-762-6502
- E-Mail Address
-
sandra.m.burgert@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(sandra.m.burgert@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- CLIN Matrix Past Performance Information Sheet Representations and Certifications Supplemental Instructions to the Offerors Performance Work Statement Combined Synopsis/Solicitation: HSCG40-11-Q-60776 Water Jet Blasting, US Coast Guard Shipyard, Baltimore, MD (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. *NOTE: In addition to this document which includes required certifications, provisions, and Coast Guard specific terms and conditions, there are five additional documents which should be reviewed as part of this RFQ: 1. Supplemental Instructions to the Offerors - two pages - this document provides additional detail on quotation submission requirements. 2. Contract Line Item Matrix - one page - this document should be completed and submitted with the quotation. 3. Performance Work Statement - 20 pages - this document includes a description of the required services, performance standards, deliverable schedule, and an estimated workload schedule. 4. Past Performance Information Sheet - two pages - this document should be completed and submitted with the quotation. 5. Offeror Representations and Certifications - 15 pages - to be submitted with quotation. (ii) Solicitation number HSCG40-11-Q-60776 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 2005-50 (16 May 11). (iv)This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a single firm fixed price contract. The contract includes a based contract line item with additional optional contract line items. (v) A list of contract line items numbers (CLINs) is included in the attached Contract Line Item (CLIN) Matrix which is hereby incorporated as part of the combined synopsis/solicitation. (vi) The description of required services and performance standards is included in the attached Performance Work Statement (PWS) that is hereby incorporated as part of this combined synopsis/solicitation. (vii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Waterfront, Baltimore, MD 21226. Pricing is to be FOB Destination. (viii) The FAR clauses listed below and included in this paragraph 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). An addendum to this clause is included in the attached Supplemental Instructions to Offerors that is hereby incorporated as part of this combined synopsis/solicitation. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Technical capability, key personnel, quality control, past performance, and pricing are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. All non-price factors are rated of equal importance. When combined, all non-price evaluation factors are significantly more important that price. The evaluation and award procedures in FAR 13.106 (2) apply. Technical Capability: Offerors will be evaluated on their demonstrated understanding of the performance work statement and proposed methods for meeting the performance requirements of the contract. Technical capability also has four "go/no-go" subfactors. Failure to meet the requirements of these subfactors may result in an offerors proposal being deemed technical unacceptable. The subfactors are as follows: a) Evidence of an Occupational Health and Safety program addressing the requirements of 29 CFR 1915 as it relates to hydroblasting b) An SSPC QP-1 Certification c) An SSPC Coating Inspector Certification d) Evidence of ownership, or the ability to rent/lease, the following equipment: a. Three vacuum blast head units (similar to the Flow "Hydro-Cat") Up to 40,000 psi 2,800 bar b. Vacuum assisted hand wands. c. Hand wands for cut-ins. d. Power Tools including but not limited to needle guns, scalers, and sanders to perform coating removals where water jetting is inaccessible. Key Personnel: The contractor shall be evaluated by their proposed key personnel in their ability to meet the minimum criteria as designated in section 1.5.12 of the performance work statement: a) On site supervisors shall have, at a minimum, 36 months of marine coatings removal experience. b) Designated personnel in the area of repair and maintenance of the water blasting equipment shall have a minimum of 12 months experience in the same field. Contractors that propose personnel with less than the minimum experience shall be deemed technically unacceptable. Contractors that propose personnel with more than the minimum level of experience will be evaluated higher. Quality Control: The contractor will be evaluated on the way that their quality control plan addresses inspection, deficiencies in performance, and proposed methods for correcting deficiencies in performance prior to the level of performance becoming unacceptable. Past Performance: Past performance will be evaluated based on the following: (a) Quality of service, timeliness of performance, including adherence to contract schedules and other time-sensitive project conditions, and effectiveness of home and field office management to make prompt decisions and ensure efficient operation of tasks. (b) Customer satisfaction, including satisfactory business relationship to clients, initiation and management of several complex activities simultaneously, prompt and satisfactory correction of problems, and cooperative attitude in resolving clients' problems. (c) Track record of key personnel including effectiveness and appropriateness of personnel for the job and prompt and satisfactory changes in personnel when necessary. The government may give more weight to past performance information that is considered more relevant and/or more current. In cases where an offeror lacks relevant past performance history, or in which information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The "neutral" rating provided to any offeror lacking relevant past performance history is at the contracting officer's discretion based on the past performance ratings for all other offerors. Prior to assigning a "neutral" past performance rating, the contracting officer may take into account a broad range of information related to an offeror's past performance. Price: Vendors will complete the attached contract line item matrix for all services. Pricing shall be inclusive all costs associated with performance of each contract line item, including, but not limited to any mobilization costs, containment costs, associated rental costs, and demobilization costs after completion of each line item. Please provide a consolidated price and a statement of what the Vendor has included in their consolidated pricing. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2011) with Alt 1 included, are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. (xii)FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items. (Apr 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (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, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (xiii) The following FAR/HSAR/CGAP clauses are incorporated as addenda to this solicitation and are incorporated by reference: 52.217-5 Evaluation of Options (Jul 1990) 52.223-17Affirmative Procurement of EPA-designated Items in Service and Construction Contracts (May 2008) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15 Stop-Work Order (Aug 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.245-1 Government Property (Aug 2010) 52.246-4 Inspection of Services-Fixed Price (Aug 1996) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. HSAR clause 3052.204-71 Contractor employee access (Jun 2006) HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates (USCG) (Dec 2003) HSAR clause 3052.223-90 Accident and fire reporting (USCG) (Dec 2003) HSAR clause 3052.225-70 Requirement for Use of Certain Domestic Commodities (Aug 2009) HSAR clause 3052.228-70 Insurance (Dec 2003) HSAR clause 3052.242-72 Contracting officer's technical representative (Dec 2003) HSAR clause 3052.245-70 Government Property Reports [DEVIATION] (Aug 2008) A copy of this notice may be obtained electronically at http://www.uscg.mil/directives/cim/4000-4999/CIM_4200_19J.pdf. CGAP SUBCHAPTER 3033 Appendix (C) to COMDTINST M4200.19J C-1 APPENDIX C - CHAPTER 3033, Ombudsman The following FAR clauses are incorporated by full text: 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days prior to contract expiration. (End of Clause) 52.222-42 Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Laborer, Wage Grade 1, Step 1 $15.37, $3.50 per hour Health & Welfare (End of Clause) (xiv) Contract financing will not be considered. Payment will be based upon completion of contract line items and requirements, as invoiced by the Contractor. (xv) Questions related to this solicitation are due in writing or by email (sandra.m.burgert@uscg.mil) no later than May 31, 2011, 9:00 am Eastern time. Proposals are due no later than June 3, 2011, 11:00 am Eastern time. Quotations may be emailed to sandra.m.burgert@uscg.mil. Contractors are responsible for verifying receipt of their proposals. (xiv) The point of contact for this requirement is Sandra (Sharkie) M. Burgert, Contract Specialist, Contract & Procurement Division 3, Surface Forces Logistics Center, 410-762-6546.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60776/listing.html)
- Place of Performance
- Address: US Coast Guard Shipyard, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02455947-W 20110526/110524235032-1d34879c2fbd83a8664356a593f3657f (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 |