Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2013 FBO #4172
SOLICITATION NOTICE

20 -- Supply and Erect Scaffolding/Containment - Drawing

Notice Date
4/25/2013
 
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
2113403Y6173M05008
 
Archive Date
5/16/2013
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing (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 2113403Y6173M05008 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 (Jan 2013). (iv) This procurement is 100% set aside for small business. 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 Firm Fixed Price Contract. (v) ITEM 0001, Services - Scaffolding/Containment Services needed on the CGC Penobscot Bay. Contractor shall supply and erect scaffolding and containment. The start date will me May 17, 2013. See Statement of work & Drawing. Quantity: 1 JB. Performance start date: 05/17/2013. STATEMENT OF WORK: CGC PENOBSCOT BAY YARD POC: ENG2 TIM FIELES TENTATIVE START DATE: 17 May 2013 Contractor is to supply all labor and materials to erect scaffolding and containment around 140 foot vessel. Scaffolding must be of safway systems type or compatible. System shall allow complete access to entire underwater hull, so workers can prepare and paint. Deck boards shall be used at 7 feet intervals. On the bow end scaffolding/containment must create a chimney effect for ventilation purposes at a height of 15 feet above main deck level. The chimney material must measure at least 3 foot and no bigger than 6 foot in diameter. Flex hose or shrink wrap shall be used for the chimney. The Contractor must provide 100% Containment around vessel with shrink wrap material from main deck level outer shell to shiplift floor. The shrink wrap material must be secured to outer scaffolding. Scaffolding system must meet OSHA regulation 29 CFR 1915 SUB PART E. Site visit is recommended. Scaffolding/Containment shall be needed for one month from the completion date of being constructed. Contractor will have 3 days to erect and 3 days to dismantle. (vi) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, CGC Penobscot Bay, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) The following FAR clauses 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). 1. 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: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing and relevant past performance 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 2012) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2013). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). m. 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.). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (xii) Defense Priorities and Allocations System (DPAS): N/A (xiii) QUOTES ARE DUE BY 12:00 NOON EST on Wednesday, 01 May 2013. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil (xiv) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446. ATTACHMENTS: DRAWINGS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2113403Y6173M05008/listing.html)
 
Record
SN03045670-W 20130427/130425234654-f0d927630f975e3e167039045d903de5 (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.