SOLICITATION NOTICE
J -- J - Painters
- Notice Date
- 11/26/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-04-Q-40002
- Response Due
- 12/10/2003
- Point of Contact
- Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-636-7458, - Kathy Brown, Contract Specialist, Phone 410-762-6604, Fax 410-636-7458,
- E-Mail Address
-
lmannion@elcbalt.uscg.mil, KEBrown@elcbalt.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation to establish a one-year Blanket Purchase Agreement (BPA) for commercial services (Painter/Project Manager) and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quotation Number is HSCG40-04-Q-40002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-16. The applicable North America Industry Classification System (NAICS) Code is 238320 and the business size standard is $12.0 Million. If an order is issued under this BPA for hours of Painter/Project Manager services, the BPA holder shall supply the required job classifications within six (6) business days. Conduct of Performance: Each order issued under this BPA shall contain a specific work statement defining the location and the spaces where work will be performed. A general description of the work to be performed in those spaces shall also be included in those orders. A specific number of hours for the Project Manager and all Painters shall be included in the order. The Project Manager shall report to the technical person named as the Coast Guard technical point of contact for each order under this BPA. The Project Manager shall report to the Coast Guard Technical Point of contact at the beginning of each workday to report the accomplishments of the tasks completed the day before and for an inspection of the services that have been performed. At this time any necessary redirection of the effort shall be communicated via verbal task order by the Coast Guard technical point of contact within the scope of the delivery order and within the hours authorized by the individual order. The Project Manager shall be responsible for the performance of the tasks under each order and shall be responsible for communicating and directing all effort under each order to the Painters. Equipment Responsibility: The BPA holder shall not be responsible for supplying paintbrushes and other tools to accomplish the required task order. The United States Coast guard YARD shall supply these tools and the paint to be used. The Painter/Project Manager shall be responsible for supplying safety helmets, glasses, shoes and personal respirator, fit-tested. Officials authorized to order under this BPA: U.S.C.G. Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, 2401 Hawkins Point road, Baltimore, MD 21226. Statement of Work: The contractor performs all kinds of skilled journeyman painting tasks involved in the construction, repair, maintenance, overhaul, and conversation of a wide variety of types and sizes of marine craft and vessels and in connection with miscellaneous manufacturing projects performed at the YARD. Prepares metal surfaces for painting removing grease, old paint, rust, scale, etc, as necessary. Prepares degreasing solutions, and treats metal objects or surfaces to be painted by immersion or washing. Cleans and smoothes surfaces with sandpaper, emery clothes, and wire brushes. Prepares wood or plaster surfaces for painting by removing old paint, filling cracks and holes, sanding, and applying fillers and base coats. Removes old paint with solvents and scrapers. Patches cracks and holes with patching plaster, putty, or plastic wood. Washes and sands surfaces as necessary, treats them with oil, turpentine, or there preparations where required. Paints and rubs filler material into open-gained woods. Mixes paints and other surfacing materials. Fixes base materials, thinners, and pigments to obtain appropriate consistency, color, fixes base materials, thinner, and pigments to obtain appropriate consistency, color and drying properties. Matches colors as needed. Prepares putty and other patching filling materials. Paints surfaces with various types of paint, varnish, shellac, latex, epoxy paints, lacquer, and enamel, employing brushes, spray-painting equipment, or paint rolling equipment. Sets up and operates spray-painting equipment or other power painting equipment. May also do spray booth painting or dip painting. Sands between coats and rubs final coats as needed to obtain proper adhesion between coats. May bake finishes on enameled and painted articles. Occasionally assists sandblasters in sandblasting operations. Cleans, maintains, and repairs equipment and tools. May make and apply stencils for lettering and decoration. Furthermore, may do stripping. All services shall be performed at the U.S. coast Guard YARD on or around ships in drydock, at dockside, or in Coast Guard YARD Industrial shops. The BPA holder shall supply workers experienced and capable of working in a shipyard environment. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2003) and the following addenda: General Instructions: This is a Blanket Purchase Agreement (BPA) for the delivery of Painter/Project Manager services to the United States Coast Guard YARD, Curtis Bay, Baltimore, MD. The services shall be in support of Shipyard availabilities. It is essential that the proper skill level of painter be supplied for each individual order placed under this BPA. Any delay to a shipyard availability due to inferior Painter services would be costly to the Government and is a primary consideration in the award and continuation of any resulting BPA. The offeror(s) shall document their ability to supply Painters/Project Managers in accordance with the Required Technical Qualifications set forth as follows: Required Technical Qualifications - The Painter/Project Manager must have a thorough knowledge of most phases of the painting trade relating to marine work in a shipyard, including theory and practice of the equipment, tools, materials, and supplies used. Must be thoroughly versed in marine trade methods and in the proper sequence of performing marine trade tasks. He must be able to operate all types of paint sprayers, suspend scaffolding and rigging, be familiar with primers, fillers, preservatives, rust preventatives, stains, oils, insulation materials, lacquers, enamels, epoxy paints and other various coatings, and the method of their application. Is expected to continually improve his knowledge and skill to keep pace with technological developments. Proposal Preparation Instructions: Technical Proposal: The offeror shall submit a technical proposal that documents the qualifications of the Painters/Project Managers that they commit to supply under any resulting BPA. A proposal that merely states that the Painters will meet all the requirements of the solicitation may be rejected as technically unacceptable. Any offer submitted shall include details of the types of experience that will be supplied as Painters/Project Managers. The proposal shall also include details that confirm that the offeror is capable of supplying as many as six (6) qualified Painters and a Project Manager within six (6) days of receipt of the order. In addition, the proposal shall provide corroboration that Painters/Project Manager proposed will be providing their own personal respirator that has recently received a good fit-test. Past Performance: Offeror shall supply at least one (1) relevant marine shipyard recommendation for past performance evaluation purposes. Price Proposal: Offeror shall provide an hourly rate and overtime rate for the following labor categories: PAINTER and PROJECT MANAGER. The Government estimates that there will be a need for approximately 4,000 hours (3500 hrs/Painter, 500 hours Project Manager) of services required during the period of performance for this BPA. This is not a firm commitment, conditions may change and there may be a need for significantly less or more hours. Proposed rates shall be fixed and shall remain fixed throughout the period of performance. Painters/Project Manager shall be entered into the Coast Guard YARD?s Time & Attendance system. All services provided over eight (8) hours per day/forty (40) hours per week shall be considered overtime. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: Proposal Evaluation: The Government will evaluate all offers to be qualified for award of a BPA as follows: If it is determined in the best interest of the Government, the Government reserves the right to make more than one award in response to this solicitation. The Government will review each proposal submitted in response to this solicitation and make award to the offeror who submits the best proposal for supplying personnel with the qualifications listed above. The Government will consider price as a factor in the evaluation, but the contractor?s technical qualifications are more important. Past Performance information will also be considered but it is less important than price. Marine shipyard experience is required. The experience will be evaluated for its relevancy and should be recent. The evaluated price will be obtained by multiplying the estimated number of hours times the relevant labor category rate. The two labor category totals will then be added together to achieve a final price for evaluation purposes. The overtime rates will be multiplied by 500 for the painters and 100 for the supervisory painters. The totals for those two categories will then be added to the total for the straight time rate to achieve a final evaluated price. The Government reserves the right to make an award without discussions; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2003) to include alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms: The Government?s normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. Submission of invoices may occur no more often than "weekly"; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Oct 2003), FAR 52.219-6 Notice of Total small Business Set-Aside (15 U.S.C. 644), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351), Note: Equivalent Rates for service employees are Painter - $18.52 and Project Manager - $19.28, and Far 52.222-44 Fair Labor Standards Act and Service contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351). Department of Labor Wage Determination No. 94-2247, REV 23 applies to this requirement and may be located at http://servicecontract.fedworld.gov. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, all information specified in Proposal Preparation Instructions, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (Jul 2002). Copies may be obtained by calling the Agency. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror?s understanding of the work and ability to perform the contract. This requirement will be awarded on an all or none basis. The closing date and time for receipt of offers is 10 December 2003, 4:00 PM, Eastern Time. E-Mail quotes are acceptable and may be sent to lmannion@elcbalt.uscg.mil. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. See Numbered Note 1.
- Place of Performance
- Address: U.S.C.G. YARD, 2401 Hawkins Point Road, Baltimore, Maryland
- Zip Code: 21226
- Country: U.S.
- Zip Code: 21226
- Record
- SN00477304-W 20031128/031126211543 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |