Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

J -- Dockside Repairs of CGC BERTHOLF (WMSL 750)

Notice Date
10/16/2020 4:21:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08521RP4500600
 
Response Due
10/20/2020 2:00:00 PM
 
Archive Date
11/04/2020
 
Point of Contact
Valerie S Rivera-Chase, Phone: 5106375972, Bernie Caguiat, Phone: 5106375887
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil, bernie.c.caguiat@uscg.mil
(Valerie.S.RiveraChase@uscg.mil, bernie.c.caguiat@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 procedures in FAR Part 12.6, Acquisition of Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial items. Solicitation 70Z08521RP4500600 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 2020-07 effective 31 August 2020.� This requirement is being solicited as a Total Small Business Set Aside. The NAICS Code is 336611, Ship Building and Repairing, with a size standard of 1250 employees.� 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 dockside repairs and maintenance of the USCGC BERTHOLF (WMSL 750) consisting of items in accordance with the attached specifications (ATTACHMENT 1). 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 services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside repairs to the vessel, 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 90 calendar days from the response 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. This requirement consist two phases for the period of performance.�� The anticipated period of performance for Phase 1 will be from 02 November 2020 through 04 December 2020 and Phase 2 will be from 22 March 2021 through 23 April 2021. Please see ATTACHMENT 3 for a full listing of contract requirements. GEOGRAPHIC RESTRICTION: N/A �QUESTIONS AND REQUEST FOR DRAWINGS:� Drawings will be made available upon request by email to the Contract Specialist at Valerie.S.RiveraChase@uscg.mil or Bernie Caguiat at Bernie.C.Caguiat@uscg,mil. However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 6, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.RiveraChase@uscg.mil or Bernie.C.Caguiat@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this dockside.� In addition, some references listed in the Specification, under ""Consolidated List of References,"" are subject to Export Control limitations or have otherwise restricted distribution, and have been deemed ""limited access"" and ""export controlled"" packages.� In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. 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 12 October 2020, at 2:00 P.M., PST. 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 Items - Prices. Please complete the table of pricing on this attachment.� Base Contract Line Item Numbers (CLINS) are marked as ""D"" for Definite line items for work that, if there is an award, will be in the resultant award, �O� for Optional line items for items which may be awarded if inspection reports reveal the necessity for activation, or if funds become available, and COMPOSITE LABOR HOUR RATE which will be included in the Total Evaluated Price for evaluation purposes only. 3. Small Business Self Certification for applicable set-asides. 4. Signed copy of any issued amendments to the solicitation. 5. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov. 6. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and provisions which may contain blocks that must be completed. 7.� Price, Past Performance, and Technical Capability Proposal, including Technical Evaluation Criteria in ATTACHMENT 3. PROPOSAL DUE DATE: Proposal must arrive no later than 2:00 pm PST 20 October 2020.�� Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.RiveraChase@uscg.mil or Bernie.C.Caguiat@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 to Suite 800N on the 8th Floor 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 October 30, 2020, based on the availability of funds. Work covered by this solicitation shall be completed within 66 calendar days from the date the vessel becomes available to the Contractor (November 02, 2020 through 23 April 2021). All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the day of the scheduled start date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification � Phase 1 Rev-1, dated 28 August 2020 ����������������������� ��������� Specification � Phase 2 Rev. 1, dated 28 August 2020 ATTACHMENT 2 - Schedule of Items - Prices ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 4 - Request for Clarification ATTACHMENT 5 - Government Property Report ATTACHMENT 6 - Notice for Filing Agency Protest ATTACHMENT 7 - DHS Form 11000-6 Non-Disclosure Agreement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6baf779647394d909ce6ae2374c830fd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05829553-F 20201018/201016230135 (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.