Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
SOLICITATION NOTICE

X -- Temporary Berthing & Messing of CGC ALEX HALEY (WMEC 39) - Continuation of Combined Synopsis/Solicitation

Notice Date
3/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
HSCG85-17-R-P45874
 
Point of Contact
Valerie S Rivera-Chase, Phone: (510) 637-5972, Ryan R. DelaCruz, Phone: (510)637-5906
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil, Ryan.R.DelaCruz@uscg.mil
(Valerie.S.RiveraChase@uscg.mil, Ryan.R.DelaCruz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Specification for Temporary Berthing & Messing of CGC ALEX HALEY Notice of Filing Protest Request for Clarification Form Schedule of Items - Prices Continuation of Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Parts 12.6, Part 13.5 (Simplified Procedures for Certain Commercial Items), and with elements of Part 15 as supplemented with additional information included in the notice. Solicitation number is HSCG85-17-R-P45874 is issued as a Request for Proposals (RFP). This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-92. This is a 100% Small Business set aside. The NAICS Code is 721110 with a size standard of $30M for the requirement. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for Temporary Berthing & Messing for CGC ALEX HALEY (WMEC 39) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include providing temporary lodging and messing for 68 crewmembers of CGC ALEX HALEY during their scheduled dry-dock and repairs. CGC ALEX HALEY will be in a dry-dock facility, Bay Ship & Yacht Company, 2900 Main Street, Alameda, CA. A complete list of contract line item numbers and items, quantities and units of measure is included as ATTACHMENT 2. The Contractor shall furnish all the necessary labor, material, facilities and such other things as are necessary, except as otherwise specified, to provide temporary berthing & messing in accordance with the solicitation, and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 60 calendar days from the close date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The anticipated period of performance will be from 23 March 2017 through 21 April 2017. The period of performance might change upon award of the contract. Funds are currently available. No award will be made until funds are available. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Also, an addendum to that provision also applies and can be found in Attachment 3. The provision at 52.212-2, Evaluation -- Commercial Items (October 2014) applies to this acquisition. The specific evaluation criteria can be found in Attachment 3. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Additionally, an addendum to this clause also applies and can be found in Attachment 3. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additionally, an addendum to this clause also applies and can be found in Attachment 3. QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contract Specialist, Valerie Rivera-Chase, at Vaerie.S.Riverachase@uscg.mil. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 09 March 017 at 10:00 a.m. Pacific Standard time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://www.fbo.gov for viewing by all potential Offerors. INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: 1. Offeror's address, DUNS number 2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items CLIN 0001 through CLIN 0002 of this attachment. Insert unit prices in all CLINS listed in the schedule. 3. Small Business Self Certification for applicable set-asides. 4. Proof of Insurance (statement of coverage from current insurance carrier) 5. Any issued amendments to the solicitation. 6. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items. 7. The provision 52.212-1, Instructions to Offerors-Commercial also includes additional information that must be submitted with your proposal. Please review each page of this provison thoroughly as it contains more proposal instructions and provisions which may contain blocks that must be completed. PROPOSAL DUE DATE: Proposals must arrive no later than 11:00 a.m., Pacific Standard Time, on March 16 2017. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. Proposals submitted via e-mail must be sent to Valerie.S.Riverachase@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made directly to Suite 800N on the 8th Floor North of the Oakland Federal Building located at 1301 Clay Street, Suite 800N, Oakland, CA 94612. Delivery of the proposal to any other location within the Federal building will not be sufficient or acceptable. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 20 March 2017, based on the availability of funds. Work covered by this solicitation shall be completed within 30 calendar days from the commencement date, 23 March 2017. All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the scheduled commencement date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification - Rev. 0 dated 06 January 2017 ATTACHMENT 2 - Schedule of Supplies/Services ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation Clauses & Provisions ATTACHMENT 4 - Request for Clarification Form ATTACHMENT 5 - Wage Determination ATTACHMENT 6 - Notice for Filing Agency Protests
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-R-P45874/listing.html)
 
Place of Performance
Address: Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN04422469-W 20170305/170303234710-418c745dce84ff9428b518a39d8cd66c (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.