Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

20 -- Shiplift and Transfer System Certification Inspection

Notice Date
6/29/2020 7:13:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04020Q61700Y00
 
Response Due
7/14/2020 8:00:00 AM
 
Archive Date
07/29/2020
 
Point of Contact
Troy D Bowersox
 
E-Mail Address
Troy.D.Bowersox@uscg.mil
(Troy.D.Bowersox@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
���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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04020Q61700Y00 applies and is used as a Request For Quote (RFQ).� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. � The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: � ITEM 1: Statement of Work Certification of and Inspection of CG Yard Ship Lift and Transfer System PR 2120400Y6160A38001 Location - Inspection to be performed at USCGC Yard, Baltimore MD. References - SFLC Standard Specification 8634 �Dry Docking� Tasking Item 1 � Tentative Performance period � August 2020 to October 2020 The contractor shall provide a detailed inspection report, and certification of the ship lift and transfer system at the USCG Yard in Curtis Bay Maryland. Certification of the ship lift shall be in accordance with SFLC standard specification 8634 Appendix B �Requirements for Facility Inspection�. Certification shall include completed Appendix sheet B2 signed and sealed by a Professional Engineer (State of Maryland), along with completed sheets B-17 through B-19. The current certification expires on October 31, 2020. SFLC standard specification 8634 requires that the certifying authority witnesses a docking or undocking evolution of Shiplift. Therefore the period of performance will require coordination with the Yard�s dry docking schedule. Should a docking/undocking not happen prior to expiration of the current certification a temporary conditional certification, pending the observation of a docking/undocking evolution, shall be issued. The provisional certification shall than be revised once a docking/undocking evolution has been observed.� Additionally, the contractor shall supply a comprehensive written report of the conditions found. This report shall detail the results of any necessary calculations performed, any required actions in order to obtain/maintain certification and any recommended actions looking towards future certifications. The contractor shall allow for three revisions to the certification should any conditional repairs or modifications be required for full certification. The cost of this item is to include all site work (field engineers, lodging, travel, expenses) and office work (report, calculations). The contractor shall submit evidence of at least 3 years� experience in the design, manufacturing and support of ship lifts similar to the USCG Yard. Item 2 - Performance period � August 2021 to October 2021 The contractor shall provide a detailed follow up inspection to the 2020 certification inspection after approximately one year. The inspection shall include, at a minimum, the following items; Inspect the piles on the CG Yard Ship Lift above the water level and pile caps visually to advise on possible deterioration and movement. Inspect the Ship Lift platform steel (corrosion/distortion) and protective coating and advise on any remedial work that may be required. With the use of a surveyor�s level check the platform level at each end of the main transverse beam and make any adjustments as and if required.� Note: When making adjusting to the platform level, elevation of the pinning system must be taken into consideration. �Inspect the Ship Lift platform decking condition and advise on any remedial work that may be required. Visually check and inspect all sheaves for ease of movement and adequate movement.� Advise on remedial action as required. Visually inspect and measure all Ship Lift wire ropes for signs of wear, external corrosion, other damage, and effectiveness of the lubricant used.� Complete an internal examination of a 30cm section of one or more of the wire ropes. Inspect the Ship Lift hoist pawl limit switches and the platform level limit switches.� Pawls and solenoids will be checked, inspected and adjusted as required. Inspect the condition and operation of the limit switch rods and enclosure, advise on remedial action as required.� Inspect hoist junction boxes, the condition of the enclosure and the internal components, advise on remedial action as required. Inspect all motor brake assemblies to include strip down, rebuild, and reset as determined by condition at the time of inspection. Insulation (megger) test all motors and power cables.� Advise on remedial action as required. Inspect and check open gear alignment, condition and effectiveness of chosen lubricant. Open and inspect at least 25% of all hoist gear boxes (total of 6), check the condition of gears and bearings etc. and the effectiveness of the chosen lubricant.� Advise on remedial action as required. Remove pillow block and pinion block end plates on 12.5% (a total of 9) and inspect bearings and the effectiveness of the chosen lubricant.� Advise on remedial action as required. Inspect the condition of the hoist frames (corrosion/distortion/protective coating).� Advise on remedial action as required. Inspect the condition of the non-shrink grout pad foundations.� Advise on remedial actions action as required. Inspect the platform trunions, rails and clips.� Advise on remedial actions as required. Inspect and check the condition and operational effectiveness of the transition rails, trunions and associated foundations.� Advise on remedial actions action as required. Inspect (25%) of the End Transfer Cradles (corrosion/distortion/protective coatings) to include wheels and the condition and effectiveness of the keel and bilge blocking.� Advise on remedial actions as required. Inspect (25%) of the side transfer carriages (corrosion/distortion/protective coatings) to include wheels and jacking system.� Advise on remedial actions as required. Check and inspect 25% of the motor/gearbox flexible couplings. Upon completion of the inspection, the contractor shall provide a comprehensive written report of the conditions found.� This report shall detail the results of any necessary calculations performed, any required actions in order to maintain certification and any recommended actions looking towards future certifications. The cost of this item is to include site work (field engineers, lodging, travel, expenses) and office work (report, calculations). The contractor shall submit evidence of at least 3 years� experience in the design, manufacturing and support of ship lifts similar to the USCG Yard. ��ADDRESS: USCG YARD 2401 HAWKINS POINT ROAD BALTIMORE, MD 21226 � QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: TROY BOWERSOX @ TROY.D.BOWERSOX@USCG.MIL � GOVERNMENT ACCEPTANCE: �Acceptance will be made at destination by a Government representative. �Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.� FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). � This is a commercial services acquisition. �The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered:� The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, delivery date and other factors considered. � �FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition.� The following addendum applies:� Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA� 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL . � 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (MAR 2016) � FAR 52.213-4 Terms and Conditions � Simplified Acquisitions (Other Than Commercial Item).� The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). X___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] _� _ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2015) of 52.219-9. X__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X__ (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). _____�(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _____�(35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) (42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _____������� (ii) Alternate I (May 2008) of 52.223-9 (42�U.S.C.�6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _____�(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). �_____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693). _____�(38) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). _____���������(ii) Alternate I (Oct 2015) of 52.223-13. _____�(39) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun�2014) (E.O.s 13423 and 13514). _____���������(ii) Alternate I (Jun�2014) of 52.223-14. _____�(40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42�U.S.C.�8259b). _____�(41) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). _____��������(ii) Alternate I (Jun 2014) of 52.223-16. _X____�(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _____�(43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _____�(44) 52.223-21, Foams (Jun�2016) (E.O. 13693). _____�(45) (i) 52.224-3 Privacy Training (Jan�2017) (5 U.S.C. 552 a). _____���������(ii) Alternate I (Jan 2017) of 52.224-3. __X___�(46) 52.225-1, Buy American-Supplies (May 2014) (41�U.S.C.�chapter�83). _____�(47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41�U.S.C.�chapter�83,�19�U.S.C.�3301 note, 19�U.S.C.�2112 note, 19�U.S.C.�3805 note, 19�U.S.C.�4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. _____���������(ii) Alternate I (May 2014) of 52.225-3. _____���������(iii) Alternate II (May 2014) of 52.225-3. _____���������(iv) Alternate III (May 2014) of 52.225-3. _____�(48) 52.225-5, Trade Agreements (Aug 2018) (19�U.S.C.�2501, et seq., 19�U.S.C.�3301 note). __X___�(49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _____�(50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C. 2302 Note). _____�(51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov�2007) (42�U.S.C.�5150). _____�(52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov�2007) (42�U.S.C.�5150). _____�(53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41�U.S.C.4505, 10�U.S.C.2307(f)). _____ (54) 52.232-30, Installment Payments for Commercial Items (Jan�2017) (41�U.S.C.4505, 10�U.S.C.2307(f)). ___X__�(55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). __X___�(56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). _____�(57) 52.232-36, Payment by Third Party (May 2014) (31�U.S.C.3332). _____�(58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5�U.S.C.�552a). _____�(59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15�U.S.C.�637(d)(13)). _____�(60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46�U.S.C.�Appx.�1241(b) and 10�U.S.C.�2631). _____��������(ii) Alternate I (Apr 2003) of 52.247-64. _____��������(iii) Alternate II (Feb 2006) of 52.247-64. ����� (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �����[Contracting Officer check as appropriate.] _____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __X__�(2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter 67). __X__�(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29�U.S.C.�206 and 41�U.S.C.�chapter 67). __X___�(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2014) (29�U.S.C.�206 and 41�U.S.C.�chapter 67). _____�(5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29�U.S.C.�206 and 41�U.S.C.�chapter�67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41�U.S.C.�chapter�67). _____�(7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41�U.S.C.�chapter�67). __X___�(8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __X___�(9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). _____�(10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42�U.S.C.�1792). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:_________________________________________________________ _X_52.204-7 -- System for Award Management (Jul 2013) (a) Definitions. As used in this provision� �Data Universal Numbering System (DUNS) number� means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. �Data Universal Numbering System+4 (DUNS+4) number� means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. �Registered in the System for Award Management (SAM) database� means that� (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record �Active�. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �DUNS� or �DUNS+4� followed by the DUNS or DUNS+4 number that identifies the offeror�s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number� (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) Alternate I (Jul 2013). As prescribed in 4.1105(a)(2), substitute the following paragraph (b)(1) for paragraph (b)(1) of the basic provision: (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If registration prior to award is not possible, the awardee shall be registered in the System for Award Management within 30 days after award or before three days prior to submission of the first invoice, whichever occurs first. X__52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). (OCT 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (iii) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (iv) 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). (v) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vi) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note)). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Jul 2013). (v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). (vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (vii) 52.233-1, Disputes (May 2014). (viii) 52.244-6, Subcontracts for Commercial Items (Oct 2015). (ix) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $30,000 or more). (ii) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold). (iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more). (v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, �United States� includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (vi) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more). (vii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) (Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf.) (viii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (Applies to all solicitations and contracts).(B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies). (ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia)). (x) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (xi) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR� Program or Federal Energy Management Program (FEMP) will be� (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance). (xii) 52.225-1, Buy American �Supplies (May 2014) (41 U.S.C. chapter 83) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States). (xiv) 52.23...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af7d9186f3f5447a8c87c0756c372f03/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05706422-F 20200701/200629230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.