Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
MODIFICATION

J -- Large Shaft Refurbishment - Solicitation 1

Notice Date
9/16/2014
 
Notice Type
Modification/Amendment
 
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
HSCG40-14-R-30004
 
Archive Date
10/9/2014
 
Point of Contact
Travis Spires, Phone: 4107626020
 
E-Mail Address
Travis.A.Spires@uscg.mil
(Travis.A.Spires@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 2, SF-30 Updated the Clin Listing Updated Solicitation The purpose of Amendment 0002 to solicitation HSCG40-14-R-30004 is to; 1) Extend the closing date of the solicitation; 2)modify Part IV, Representations and Instructions under Evaluations Factors for Award; 3) Revise SLIN XXXXAA verbiage within CLIN listing (Attachment 3); 4) Provide responses to Bidders Questions as follows: 1) The solicitation due date is being extended from 9/19/14 at 4:00pm EST to 9/24/14 at 4:00pm EST. This is updated in Part I, The Schedule under SF 1449, Solicitation/contract form, and Part IV, Representations and Instructions under Instructions, conditions, and notice to bidders. 2) In Part IV, Representations and Instructions under Evaluations Factors For Award: Price Evaluation concerning paragraph titled, "SLIN XXXXAB (Material Cost Column of tab Evaluation Entry in Attachment 3)," the following changes were made: From: This SLIN represents material costs particular to the type of material used on the respective shaft being repaired. Bidders are to propose Firm-Fixed Prices on tab "Material List," Attachment 3. The measure of the unit will be identified and require a Firm Fixed Price to be proposed for the base year and to each option year. For evaluation purposes only, the Coast Guard will apply an estimated quantity to each material item to be multiplied by the proposed material price for each SLIN to arrive at an evaluated total cost. For evaluation purposes only, the US Coast Guard will then apply the IGE usage factor to each SLIN XXXXAB (as indicated in tab "Evaluation Entry," Attachment 3). The Coast Guard will calculate the sum of all SLIN XXXXAB for the base year through option year 4 to evaluate the total material price. The Firm-Fixed Prices proposed for the Base year shall be set forth in the contract once awarded. To: This SLIN represents material costs particular to the type of material used on the respective shaft being repaired. Bidders are to propose Firm-Fixed Prices on tab "Material List," Attachment 3. The measure of the unit will be identified and require a Firm Fixed Price to be proposed for the base year and to each option year. For evaluation purposes only, the Coast Guard will apply an estimated quantity to each material item to be multiplied by the proposed material price for each SLIN to arrive at an evaluated total cost. For evaluation purposes only, the US Coast Guard will then apply the IGE usage factor to each SLIN XXXXAB (as indicated in tab "Evaluation Entry," Attachment 3). The Coast Guard will calculate the sum of all SLIN XXXXAB for the base year through option year 4 to evaluate the total material price. The Firm-Fixed Prices proposed shall be set forth in the contract once awarded for the base year and each option year. 3) All SLINs XXXXAA Base year through Option year 4 will be revised as follows: SLIN XXX5AA through SLIN XX14AA From: "For approval, Provide Pre-repair Inspection Report for ****SHAFT**** IAW Section 3.5 of Specification R-243-0459." To: "For approval, Provide Pre-repair Inspection Report for ****SHAFT**** IAW Sections 3.4 through 3.7.2 of Specification R-243-0459." SLIN XX15AA through SLIN XX23AA From: "For approval, Provide Pre-repair Inspection Report ****SHAFT****, condition IAW Section 3.5 of Specification R-243-04593, for final machining into ****SHAFT****." To: "For approval, Provide Pre-repair Inspection Report ****SHAFT****, condition IAW Sections 3.4 through 3.7.2 of Specification R-243-04593, for final machining into ****SHAFT****." Bidders Questions and Responses: 1. Question: Should the price per pound of welding wire include the other material components of this operation? These components include but are not limited to flux, shielding gasses, insulation, thermal wells, etc. Answer: Yes, the price per pound shall include the other material components of this operation. 2. Question: Due to the volatility of welding material prices can the material fixed prices be negotiated at the renewal of the option years? Answer: No. The solicitation originally stated, "The Firm-Fixed Prices proposed for the Base year shall be set forth in the contract once awarded," and was an oversight. This will be addressed in amendment 2 of the solicitation as follows: FROM: This SLIN represents material costs particular to the type of material used on the respective shaft being repaired. Bidders are to propose Firm-Fixed Prices on tab "Material List," Attachment 3. The measure of the unit will be identified and require a Firm Fixed Price to be proposed for the base year and to each option year. For evaluation purposes only, the Coast Guard will apply an estimated quantity to each material item to be multiplied by the proposed material price for each SLIN to arrive at an evaluated total cost. For evaluation purposes only, the US Coast Guard will then apply the IGE usage factor to each SLIN XXXXAB (as indicated in tab "Evaluation Entry," Attachment 3). The Coast Guard will calculate the sum of all SLIN XXXXAB for the base year through option year 4 to evaluate the total material price. The Firm-Fixed Prices proposed for the Base year shall be set forth in the contract once awarded. TO: This SLIN represents material costs particular to the type of material used on the respective shaft being repaired. Bidders are to propose Firm-Fixed Prices on tab "Material List," Attachment 3. The measure of the unit will be identified and require a Firm Fixed Price to be proposed for the base year and to each option year. For evaluation purposes only, the Coast Guard will apply an estimated quantity to each material item to be multiplied by the proposed material price for each SLIN to arrive at an evaluated total cost. For evaluation purposes only, the US Coast Guard will then apply the IGE usage factor to each SLIN XXXXAB (as indicated in tab "Evaluation Entry," Attachment 3). The Coast Guard will calculate the sum of all SLIN XXXXAB for the base year through option year 4 to evaluate the total material price. The Firm-Fixed Prices proposed shall be set forth in the contract once awarded for the base year and each option year. 3. Question: SLIN AA requires a firm fixed price to accomplish paragraph 3.5 of the specification. Should this requirement be expanded to include paragraphs 3.4 thru 3.7.2 to include all work from the receipt of the shaft to the submission of the inspection report? If not where should this cost be applied? Answer: Yes 4. Question: The FBO notice states that this is NOT a "Set Aside" opportunity and the contract clause on page 20 bullet (14) does not have an "X" for the Notice of Total Small Business Aside. However, the SF 1449, Box 10, states this acquisition is a 100% small business set aside. Please confirm if this is a full and open nation-wide bid or if this is a 100% small business set aside. Answer: This has been addressed in amendment 1 of the solicitation. This is a 100% set aside for small businesses. 5. Question: The FBO notice states that the Response Date is Sep 19, 2014 at 4:00pm. EST. However, the SF 1449, Box 8, state the offeror due date is Sep 4, 2014. Please clarify what the correct response due date is for this opportunity. Answer: This question was initially addressed through amendment 1 to the solicitation. The response date of this solicitation is being extended to 09/24/2014 at 4:00pm EST via this Amendment 2. All Offeror's are required to acknowledge/sign this amendment with their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-R-30004/listing.html)
 
Record
SN03514548-W 20140918/140917000800-65c1cf1207421a3f783cf1eea2c13205 (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.