Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

J -- USCGC GEORGE COBB (WLM 175) Scheduled FY 16 Dry Dock Repairs - Package #1

Notice Date
10/15/2015
 
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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-16-Q-P45T58
 
Archive Date
11/20/2015
 
Point of Contact
Shari A. Jackson-Humphrey, Phone: (510) 637-5870, Andrew G. Jacobs, Phone: 5106375974
 
E-Mail Address
Shari.A.Jackson-humphrey@uscg.mil, Andrew.G.Jacobs@uscg.mil
(Shari.A.Jackson-humphrey@uscg.mil, Andrew.G.Jacobs@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR CLARIFICATION FORM - ATTCHMENT 5 PAST PERFORMANCE qUESTIONNAIRE - ATTACHMENT 4 GOVERNMENT PROPERTY REPORT-ATTACHMENT 3 SPECIFICATIONS - ATTACHMENT 2 PRICING SCHEDULE - ATTACHMENT 1 SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation number is HSCG85-15-Q-P45P58 is issued as a Total Small Busines Set Aside (SBSA) Request for Quotations (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 05-83 dated 02 July 2015. The applicable NAICS Code is 336611 with a size standard of 1,000 employees. The contract will be awarded on a firm-fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for Scheduled Dry Dock Repairs of USCGC GEORGE COBB (WLM-175) consisting of items in accordance with the attached specification (ATTACHMENT 2). 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-91) Ombudsman Program for Agency Protests Email: OPAP@uscg.mil Fax: 202-372-8447 Phone: 202-475-5786 More information about the Ombudsman Program for Agency Protests (OPAP) can be found at http://www.uscg.mil/acquisition/business/ombudsman.asp Alternative Point of Contact: Department of Homeland Security United States Coast Guard Andrew G. Jacobs, Contracting Officer SFLC-CPD C&P2-IBCT 1301 Clay Street, Suite 800N Oakland, CA 94612 Phone: 510-637-5974 Email: Andrew.g.jacobs@uscg.mil REQUIRED DOCUMENTS: Each offeror shall furnish the information required by the solicitation, which includes: 1. DUNS Number 2. Attachment 1 - Section B Schedule of Supplies/ Services 3. Continuation of Combined Synopsis/Solicitation. Please review each page of this attachment thoroughly as it contains more proposal instructions and provisions which may contain blocks that must be completed 4. DryDock Facility Certifications/ Pre-docking calculations 5. Welding Certifications & Procedure 6. Proof of Insurance (Statement of coverage from current insurance carrier) 7. Any issued amendments to the solicitation. Offerors that elect to use commercial delivery services for delivery of contract quotes are advised that such delivery must be made to Suite 800N on the 8th Floor of the Oakland Federal Building by the delivery time and date cited below to be considered timely. MAILED and E-MAILED offers will be accepted. FAXED OFFER will NOT be accepted. E-mailed proposals will be sent to: Shari A. Jackson-Humphrey, Contract Specialist-Contractor, at shari.a.jackson-humphrey@uscg.mil. Please note, proposals that do not include all required documents will be considered incomplete and will not be considered in the evaluation process of the requirement. GEOGRAPHICAL RESTRICTIONS: Per the Pacific Area Instruction 3100.1G, all work will be performed at the contractor proposed facility that is within the geographical restriction of the United States West Coast, San Francisco Bay and South. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 17 November 2015. Work covered by this requirement shall be completed within 70 calendar days from the date the vessel becomes available to the Contractor. QUESTIONS AND REQUEST FOR CLARIFICATIONS: The last day to ask questions and request clarifications regarding this requirement is 23 October 2015 at 11:00 A.M., Pacific Standard Time. Request for clarifications will be submitted via e-mail to Shari A. Jackson-Humphrey, Contract Specialist-Contractor, shari.a.jackson-humphrey@uscg.mil. After this date further requests may not be accepted. Questions received after the above cutoff date and time may not be answered. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. All Amendments to the solicitation will be posted via http://www.fedbizopps.gov. Note: The Government will not pay for costs incurred in the preparation and submission of quotes or other costs incurred in response to this announcement. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/#1. Schedule of Supplies/Services: SEE ATTACHMENT 1 Period of Performance: 06 January 2016 through 16 March 2016. Place of Performance: All work will be performed onboard CGC GEORGE COBB (WLM 175) at the contractor's proposed facility that is within the geographical restriction of the United States West Coast San Francisco Bay and South. Inspection of Vessel: The vessel's home pier is located at 1001 S. Seaside Avenue, San Pedro, CA 90731. All prospective offerors are urged to visit the vessel and visually inspect each item of work and to become acquainted with local conditions, locations of items and fixtures, removals, replacements, interference and the nature of work. Contractor is advised to contact LTJG Devin Quinn, (510) 604-3539, devin.w.quinn@uscg.mil or EMCS Michael Reynolds, (310) 521-4580, michael.e.reynolds@uscg.mil to arrange a ship check. Closing date/time for submission of offers is 05 November 2015 at 03:00 P.M. Pacific Daylight Time. Submit responses to: U.S. Coast Guard Surface Forces Logistics Center 1301 Clay Street, Suite 800N Oakland, CA 96412 Attn: Shari A. Jackson-Humphrey, Contract Specialist-Contractor and Andrew Jacobs, Contracting Officer Electronic offers by email to shari.a.jackson-humphrey@uscg.mil and Andrew.g.jacobs@uscg.mil are acceptable and encouraged. Primary Point of Contact: Shari A. Jackson-Humphrey -Contractor Contract Specialist shari.a.jackson-humphrey@uscg.mil Phone: (510) 637-5870 Fax: (510) 637-5978 Secondary Point of Contact: Andrew Jacobs Contracting Officer Andrew.g.jacobs@uscg.mil Phone: (510) 637-5974 Fax: (510) 637-5978
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-16-Q-P45T58/listing.html)
 
Place of Performance
Address: All work will be perofmred at the contractor's facility that is within a geographical restriction of United States West Coast San Francisco Bay and South., United States
 
Record
SN03922484-W 20151017/151015234422-8d2b77ad1982383e94a19dbb91384eef (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.