Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

J -- PLATING SERVICES/METAL FINISHING PROCESSES - ATTACHMENTS

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-12-Q-800005
 
Archive Date
12/29/2011
 
Point of Contact
Gail M. Twiford, Phone: 252-335-6072, Claudette Y Surrento, Phone: 252-335-6895
 
E-Mail Address
gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil
(gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUOTE SHEET ONE YEAR SAMPLING PLATING SERVICES REQUIREMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-800005 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The applicable North American Industry Classification Standard Code is 332813. The small business size standard is 500 employees. This solicitation is 100% set-aside for Small Business Concerns. All responsible small business sources may submit a quotation which shall be considered by the agency. It is anticipated that one (1) Firm-Fixed Price Purchase Order shall be awarded as a result of this synopsis/solicitation consisting of one (1) base period and two (2) one-year option periods. The total duration of the contract shall not exceed three (3) years. This acquisition is to acquire metal plating services (regular and rush services) on a hourly basis. The hourly rate will reflect a blended rate of all processes based on the information in section 2.0 (A) below. Quantities are estimates only and not guaranteed. STATEMENT OF WORK PLATING / METAL FINISHING SERVICES Background The United States Coast Guard, Aviation Logistics Center (ALC) aboard the Base Support Unit (BSU), Elizabeth City, North Carolina, requires commercial services for the purpose of providing plating and metal finishing processes. Specific details are contained the following statement of work (SOW). 1.0 SCOPE OF WORK This statement of work describes the requirements for a contractor to provide plating, coating, baking or stripping of US Coast Guard parts. All potential contractors shall be capable of providing all listed services at their facility and the facility shall be located within a three hour, one-way drive of Elizabeth City, NC, to facilitate deliveries/pickups in a normal workday and allow the driver time to wait for the completion of rush items. All parts will be delivered and picked-up by a USCG Aviation Logistics Center (ALC) federal civilian employee. 2.0 REQUIREMENTS A. The offeror shall be capable of the following plating, coating, baking, or stripping services listed in the attachment. SEE ATTACHED SPREADSHEET TITLED "PLATING SERVICES REQUIREMENT". B. Parts requiring plating, coating, baking, or stripping, as a continuation of the ALC manufacturing process, will be delivered to and picked up from the contractor's facility by ALC Personnel. Routine deliveries and pick-ups will generally occur on Tuesday of each week with supplemental deliveries, as required, for urgent (rush) parts. A one year sampling of items requiring these processes is listed as an attachment entitled "Sampling". C. Rush parts requiring plating, coating, baking, or stripping services, as listed in Section 2.0 (A), must be completed within 1 to 3 hours of delivery to facilitate same day turn around. D. Prior to delivery of parts to the Contractor's facility, all parts requiring work are logged and tagged with an ALC assigned sequential work order number. The quantity of specific parts, nomenclature, work order number, part number, and date out of ALC's facility, are logged. Completed parts shall be returned with the same tag, or a similar tag attached as delivered, bearing the same information as the original tag, to allow tracking of parts. This is essential to match the part to the correct airframe. E. Contractor's Invoices shall reflect the same information contained on the tag to include the date(s) service was completed. F. Inspection and acceptance of material shall be performed by USCG ALC Machine Shop Quality Assurance personnel upon return to ALC. Work determined not to meet quality standards shall be returned for rework at no additional cost to the USCG.. 3.0 DELIVERABLES A. The contractor will provide the plating, coating, baking, or stripping services in accordance with standards listed in Section 2.0 (A) to meet the desired weekly and rush requirements outlined in sections 2.0 (A, B, & C). 4.0 CONTRACTING OFFICER'S REPRESENTATIVE The Contracting Officer's Representative will be determined at the time of award. SEE ATTACHED SPREADSHEET TITLED "SAMPLING" FOR A ONE YEAR SAMPLING OF ITEMS THAT REQUIRE THESE PROCESSES. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. All responsible sources may submit a quotation which shall be considered by the Agency. Closing date and time for receipt of offers is 12/14/11 @ 3:30 PM EST. Anticipated award date is on or about 12/19/11. E-mail quotes are preferred and may be sent to gail.m.twiford@uscg.mil. Please indicate HSCG38-12-Q-800005 in subject line. Quotes may also be faxed to 252-334-5242 or mailed to the following address: USCG ALC 1664 Weeksville Road Bldg 78, HSCG38-12-Q-800005 Attn: Gail Twiford Elizabeth City, NC 27909 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 General 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. The following clauses and provisions are included: 52.212-1 Instructions to Offerors - Commercial Items Jun 2008 (c) Prices must remain effective for 60 days after solicitation close. 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 30 days of the end of the applicable option year. 52.212-2 Evaluation - Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 13.106-2 Award will be made to the responsible offeror conforming to the solicitation as most advantageous to the government, price and other factors considered. In addition to price, quotations will be evaluated on the basis of technical capability and delivery. Technical capability consists of being able to fully comply with all requirements listed within the SOW. Delivery consists of being able to complete the work within the stated turnaround period as listed in section 2.0 of the SOW. 52.212-3 Offeror Representations and Certifications-Commercial Items Nov 2011 X Alternate I of 52.212-3. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (End of Provision) Addendum to 52.212-4 Contract Terms and Conditions Commercial Items Jun 2010 Shipping Instructions: Items shall be shipped to the following address: USCG Aviation Logistics Center Receiving Section, Bldg. 63 1664 Weeksville Road Elizabeth City, NC 27909-5001 Purchase Order No. _____________________________ (To be assigned at time of issuance) Inspection and Acceptance: (a) Final inspection and acceptance of material under this contract shall be performed at destination by POC. 52.242-13 Bankruptcy Jul 1995 52.212-5 Contract Terms and Conditions Required to Implement Nov 2011 Statutes or Executive Orders-Commercial Items. (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)). __ Alternate I (Aug 2007) of 52.222-50 (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: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011)(section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). (11) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) (13) 52-219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (37) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (38) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (41) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (46) 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: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 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 $16.16 Included Worker $18.06 Included (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Contract Clauses 52.252-2 Clauses Incorporated by Reference FEB 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.247-34 F.O.B. Destination Nov 1991 SOLICITATION PROVISIONS (Incorporated by Reference) 52.217-5 Evaluation of Options Jul 1990 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-25 Affirmative Action Compliance Apr 1984 52.225-25 Prohibition on Conducting Restricted Business Nov 2011 Operations in Iran - Certification FULL TEXT PROVISIONS 52.211-14 Notice of Priority Rating for National Defense Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.](End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-800005/listing.html)
 
Place of Performance
Address: HU25, HH65, H60j, C130, ESD, IOD, ISD, CASA, or ALD, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02635287-W 20111209/111207234704-6b67fab452b5273e3556810d63c88882 (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.