Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

35 -- CRANE SERVICES

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
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
HSCG40-12-q-60870
 
Archive Date
2/10/2012
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(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. (ii) Solicitation number HSCG40-12-Q-60870 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-55, January, 2102. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 532412 and the business size standard is $7.0. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to McLean Contracting Company. It is the Government's belief that they are the only source capable of providing the required service to the Coast Guard Cutters. However, other potential sources with the expertise and required capabilities to provide this material can submit such data discussing the same in duplicate within 5 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: Crane Services for the CGC CHANDELEUR (two days of service). Crane services for the undocking and redocking the CGC CHANDELEUR to take place on or about Wednesday 2/15/12 through Thursday 2/16/12. POC: Tim Walker (p) 410-636-7696, (c) 410-320-9078. Mr. Walker will coordinate start date. Quantity: 1 JB. Service Date 02/15/12 through 02/16/12. STATEMENT OF WORK: THE USCG REQUIRES THE SERVICE OF A VENDOR TO PROVIDE LIFTING SERVICES ON FEBRUARY 15TH AND 16TH 2012. VENDOR WILL BE REQUIRED TO LIFT THE 110FT WPB CHANDELEUR AND THE DOCKING CRADLE FROM PIER #1, LOWER THE VESSEL INTO THE WATER AND HOLD THE VESSEL SEMI SUBMERGED UNTIL YARD WORKERS COMPLETE WATERTIGHT INTERGRITY CHECKS. IF THE WATERTIGHT CHECK REVEALS A LEAK, THE CONTRACTOR WILL PLACE THE VESSEL BACK ON THE PIER WHILE THE REPAIR IS MADE AND THE PROCESS IS REPEATED. ONCE THE VESSEL IS REFLOATED, THE CONTRACTOR WILL PLACE THE CRADLE BACK ON THE PIER. THE VESSEL WILL BE MOORED PIER SIDE FOR 24 HOURS. AT THE COMPLETION OF THE 24 HOURS (2/16/2012) THE CONTRACTOR WILL LIFT THE VESSEL AND CRADLE THAT IS PRE STAGED ON PIER #5 TO RE-LIFT THE VESSEL ONTO THE PIER #5 LOCATION. THE VENDOR WILL BE REQUIRED TO POSITION THE VESSEL IN THE FINAL LOCATION. THE VENDOR WILL BE REQUIRED TO POSITION THE VESSEL IN THE FINAL LOCATION AT THE DIRECTION OF THE YARD DOCK MASTER. THE CONTRACTOR MUST HAVE A CRANE CAPABLE OF LIFTING 250 LONG TONS. THE CRANE MUST HAVE CURRENT CERTIFICATION. THE CONTRACTOR WILL HAVE LIABILITY INSURANCE COVERATE OF $20M PER LIFT. (vi) Place of performance: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Delivery/Service is more important than price or past performance. The Government reserves the right to do trade-offs. 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. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a) (2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793) g. 52.222.41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) h. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351)..). Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. i. 52.222-50, Combating Trafficking in Persons (Aug 2007) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) k. 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). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). m. 52.233-3 Protest after award (Aug 1996) n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. 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 in 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. 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: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. QUOTES ARE DUE BY THURSDAY, 09 FEBRUARY 2012, 12:00 NOON EST. Proposals may be emailed to: Kathleen.M.Lechert@uscg.mil. Point of Contact: Kathy Lechert, Purchasing Agent, Tele. No. 410-762-6920, email address: Kathleen.M.Lechert@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-q-60870/listing.html)
 
Record
SN02669705-W 20120209/120207235805-359d45d3526c957cf93903e2769a75fc (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.