SOLICITATION NOTICE
19 -- USCG - Used Trawler Boats for Training Purposes
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441222
— Boat Dealers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-Q-QRX378
- Archive Date
- 9/29/2011
- Point of Contact
- Elizabeth C. Clipp, Phone: 2024753786, Robert Floyd R. Mann-Thompson, Phone: 202-475-3252
- E-Mail Address
-
elizabeth.c.clipp@uscg.mil, robert.mannthompson@uscg.mil
(elizabeth.c.clipp@uscg.mil, robert.mannthompson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 13.1, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. The United States Coast Guard (UCCG) will award a single Firm-Fixed Price type Purchase Order with a period of performance of 90 days after award. The solicitation number is HSCG23-11-Q-QRX378 and is being issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this requirement is 441222 with a size standard of $30 million. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The USCG intends to acquire the following supply: (3) Used trawler boats to be used for training, delivered to (3) USCG locations IAW the attached Specifications. There is a separate set of specifications for each boat required (See Specifications at the end of this notice). A firm fixed-fixed price Purchase Order will be issued for each boat (to include delivery). When the boats are ready to be delivered, the Coast Guard will arrange for a crane rigger to offload the boat at the unit onto the cradle/temporary position. Interested vendors may submit an offer to provide the deliverables in part or in full. Vendors must break down all quotes according to CLINs, such that a quote is provided for each boat that vendor wishes to deliver. The Government may choose to award all three (3) purchase orders to a single vendor, or to award individual CLINs to different vendors. Vendors may submit quotes for one or more CLINs, but each CLIN quote will be evaluated separately. CLIN 00001: Gulf Region Fisheries Training Center: Shrimp Trawler CLIN 00002: Northeast Region Fisheries Training Center: Stern Trawler CLIN 00003: Southeast Region Fisheries Training Center: Longline The following FAR, HSAR, and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: Offerors shall submit an electronic version of the quote in Adobe.pdf format by 2:00pm on September 14th, 2011 via email to Elizabeth.C.Clipp@uscg.mil. Any questions should be emailed no later than 2:00pm ET on September 7, 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and specifications; (4) Completed pricing spreadsheet; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.211-3(j) for those representations and certifications that the offeror shall complete electronically); (8) Acknowledgement of Solicitation Amendments; (9) Company Tax Information Number and DUNS Number. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: This is a lowest price technically acceptable acquisition. The USCG intends to award one or more purchase orders resulting from this quote solicitation to the responsible offeror(s) whose offer(s) is(are) most advantageous to the Government. The USCG will evaluate the quotations that meet the requirements of the solicitation against the following evaluation criteria: i. Technical Acceptability: Vendors must submit documentation that demonstrates how they will comply with the attached specifications; the Government will evaluate each vendor's compliance with the specifications to determine acceptability. ii. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. Proposals that are determined to be technically unacceptable may not be considered further for award. Of the quotations that are found technically acceptable, the government will select the lowest-priced quotation for award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (July 2010). Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1 (Oct 1995), 52.204-10 (July 2010), 52.209-6 (Dec 2010),, 52.219-8 (May 2004), 52.219-27 (May 2004), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-35 (Sept 2006), 52.222-36 (Jun 1998), 52.222.37 (Sept 2006), 52.222-40 (Dec 2010), 52.222-41 (Nov 2007), 52.222-42 (May 1989), 52.222-43 (Sept 2009), 52.222-50 (Feb 2009), 52.222-54 (Jan 2009), 52.223-18 (Sept 2010), 52.225-13 (June 2008), 52.232-33 (Oct 2003) and 52.239-1 (Aug 1996). FAR 52.217-8, Evaluation of Options (July 1990) FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.209-70, Prohibition on Contracts with Corporate Expatriates (June 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or quotation. (End of provision) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. COMMANDANT CG-9121(WS) U.S. COAST GUARD 2100 2ND Street, SW STOP 7112 Washington, DC 20593-7112 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) 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 Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. SPECIFICATIONS CLIN 00001 : Gulf Region Fisheries Training Center (GRFTC) SHRIMP TRAWLER The GRFTC training platform shall contain the following structural characteristics or requirements: 1. Must be or closely resemble a "shrimp trawler" commercial fishing vessel. 2. Vessel should have overall length that is at least 50' but not greater than 90', beam dimensions at least 15', draft dimensions at least 3', and include a mast or rigging at least 15' not including outriggers. 3. Hull construction may be wood, fiberglass, or steel. 4. Vessel May be any color. 5. Vessel must have a forward pilot house configuration with a working deck aft. 6. Vessel must have a below deck fish hold accessible from the working deck. 7. Vessel must have outriggers. 8. Vessel must have a winch that is powered electrically or by other mechanical means. 9. Two (02) sets of shrimp trawl gear (including nets, cables, floats, tickler chain, foot rope, head rope, lazy lines, and trawl doors) and one (01) try net are requested but not required. 10. No operable running lights/nav lights needed. 11. If electrical system is onboard, system and wiring should be in good working order. (lighting and safety reasons) 12. An operable engine is not necessary. This vessel will be used for training purposes and an engine brings no additional value. 13. An operable generator, auxiliary, and HVAC system are not necessary. This vessel will be used for training purposes and a HVAC system brings no additional value. Winch and rigging will be powered via "shore power", a hand crank, or a portable generator. 14. Working electronics are not necessary. 15. Fishing Permits should not be included with this vessel. No official numbers or at-sea safety equipment is needed. 16. Fluids must be completely drained prior to delivery. 17. No hazmat onboard. 18. No ground tackle needed. 19. No rudders, sounding equipment, shafts, or propellers attached to the hull. 20. If kitchen space onboard, all equipment should be removed. 21. If sewage system equipped, should be cleaned and placed out of service. 22. Clean and empty bilges. Clean and empty fish hold. All berthing, messing, storage, and/or common spaces should be clean and empty. CLIN 00001 Delivery Location: Coast Guard Base Support Unit New Orleans C/O Gulf Regional Fisheries Training Center 1790 Saturn Blvd. New Orleans, LA 70129 CLIN 00002 : Northeast Region Fisheries Training Center (NRFTC) STERN TRAWLER The NRFTC training platform shall contain the following structural characteristics or requirements: 1. Must be or closely resemble a "stern trawler" also known as "western rigged trawler" commercial fishing vessel. 2. Vessel should have overall length that is at least 40', but not greater than 60', and beam dimensions at least 13', but not greater than 20'. 3. Hull construction may be wood or fiberglass. 4. Vessel May be any color. 5. Vessel must have a forward pilot house configuration with a working deck aft. 6. Vessel must have a below deck fish hold accessible from the working deck. 7. Vessel must have a net reel secured on the stern. 8. Vessel must have at least one groundfish net (secured on the reel is acceptable). 9. Operating running lights/nav lights. 10. Operating bilge alarm/high water alarm system 11. Electrical system and wiring should be in good working order. (lighting and safety reasons) 12. An operable engine is not necessary. This vessel will be used for training purposes and an engine brings no additional value. 13. An operable generator, auxiliary, and HVAC system are not necessary. This vessel will be used for training purposes and a HVAC system brings no additional value. 14. Working Vessel Monitoring system (VMS) is required (either SkyMate or BoaTracs), all other working electronics such as GPS, Radar, Fish Finder are requested but not necessary. 15. Fishing Permits should not be included with this vessel. 16. Fluids must be completely drained prior to delivery. 17. No hazmat onboard. 18. If sewage system equipped, should be cleaned and placed out of service. 19. Clean and empty bilges. Clean and empty fish hold. All berthing, messing, storage, and/or common spaces should be clean and empty. 20. Vessel must have at least one USCG approved life raft (does not need a current inspection). 21. Vessel must have at least one USCG approved EPIRB. 22. Vessel must have at least two USCG approved immersion suits. 23. Vessel must have at least two USCG approved life ring buoys. CLIN 00002 Delivery Location: Northeast Regional Training Center 5200 E Hospital Rd Buzzards Bay, MA 02563 CLIN 00003 : Southeast Region Fisheries Training Center (SRFTC) TRAWLER The SRFTC training platform shall contain the following structural characteristics or requirements: 1. Must be or closely resemble a "longline" commercial fishing vessel. 2. Vessel should have overall length that is at least 40', but not greater than 60', and beam dimensions at least 14', but not greater than 20'. 3. Hull construction may be wood, fiberglass, or steel. 4. Vessel May be any color. 5. Vessel must have a forward pilot house configuration with a working deck aft. 6. Vessel must have a below deck fish hold accessible from the working deck. 7. Vessel must have a longline reel/mainline hauler secured aft of the pilot house. 8. Multiple high flyers are requested but not required. 9. Operating running lights/nav lights. 10. Operating bilge alarm/high water alarm system 11. Electrical system and wiring should be in good working order. (lighting and safety reasons) 12. An operable engine is not necessary. This vessel will be used for training purposes and an engine brings no additional value. 13. An operable generator, auxiliary, and HVAC system are not necessary. This vessel will be used for training purposes and a HVAC system brings no additional value. 14. Working electronics are not necessary. 15. Fishing Permits should not be included with this vessel. 16. Fluids must be completely drained prior to delivery. 17. No hazmat onboard. 18. If sewage system equipped, should be cleaned and placed out of service. 19. Clean and empty bilges. Clean and empty fish hold. All berthing, messing, storage, and/or common spaces should be clean and empty. CLIN 00003 Delivery Location: Southeast Regional Fisheries Training Center 1050 Register Street Charleston, SC 29405. (end)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-Q-QRX378/listing.html)
- Place of Performance
- Address: See specifications for delivery addresses, United States
- Record
- SN02559500-W 20110903/110902102646-67564862223e30935c41021ac1111e87 (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 |