SOLICITATION NOTICE
J -- USCGC KEY BISCAYNE (WPB-1339)
- Notice Date
- 4/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- DTCG80-04-Q-3FAB60
- Response Due
- 4/12/2004
- Archive Date
- 4/27/2004
- Point of Contact
- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
- E-Mail Address
-
kbrumfiel@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-20. The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code is 336611 with a Small Business Size Standard is 1000 employees. Solicitation number DTCG80-04-Q-3FAB60 applies. A Firm Fixed Price Purchase Order is anticipated. The Contractor to provide all equipment, labor, materials, parts, services, including all travel and shipping costs as necessary to remove and replace all insulation in the A/C Battery Space and AFT Steering Compartment onboard the USCGC KEY BISCAYNE (WPB 1339). All work to be accomplished in accordance with the specifications cited here in. Place of Performance: USCGC KEY BISCAYNE (WPB 1339) is 600 8th Avenue South St., St. Petersburg, FL. Period of Performance: 05/03 thru 05/14/04 (12 calendar days). Geographic Restriction The vessel is restricted from Brownsville, TX to Shallottee Inlet, NC. BASE ITEMS:CLIN 0001 ? RENEW INSULATION 1 JOB$____, CLIN 0001AA LABOR 1 JOB $________, CLIN 0001AB MATERIAL 1 LOT $_______, CLIN 0001AC TRAVEL 1 JOB$_______, TOTAL PRICE: $_________NOTE: Vendors shall provide an itemized material list with their quote. SPECIFICATIONS: Renew Insulation 1.1 Scope. This work item describes the requirements for the Contractor to renew overhead and bulkhead insulation in the Aft Steering Space and Battery Space. 2. APPLICABLE DOCUMENTS Coast Guard Maintenance and Logistics Command Atlantic (MLCA), Standard Specification 6300_STD, 2001 Edition, Preserve Ship Structures, Coast Guard Drawing 110C WPB 635-001, Rev D, Linings and Insulation Plan and Details, American Society for Testing and Materials (ASTM), E797, 2001 Edition, Standard Practice for Measuring Thickness by Manual Ultrasonic Pulse-Echo Contact Method. 3. REQUIREMENTS 3.1 Interferences. The Contractor shall be aware that interferences in way of work include, but are not limited to the following: Hydraulic equipment, Electrical/Electronic equipment, Steering box, Deck plates, Shelves, Oil Tank, Piping, Towing Reel, Batteries and Battery Racks, HALON System and associated piping. 3.1.1 Protective measures. The Contractor shall furnish and install suitable covering to seal off and protect all non-affected surfaces/equipment and spaces in the vicinity of the work area against contamination during the performance of work. Upon completion of work, remove protective material and inspect for the presence of contamination. Clean all equipment and space contamination discovered, if any, which was due to improper protection or performance of work, to the original condition of cleanliness prior to the start of work. 3.2 AFT Steering Insulation Renewal. The Contractor shall renew all aft steering overhead and bulkhead insulation, shown on Coast Guard Drawing 110C WPB 635-001. 3.3 Battery Space Insulation Renewal. The Contractor shall renew all battery space overhead and bulkhead insulation, shown on Coast Guard Drawing 110C WPB 635-001. 3.4 Touch-up preservation. The Contractor shall prepare and coat up to 20% of a 500 square foot area as determined by the Coast Guard Inspector. Preserve all disturbed surfaces to match existing adjacent surfaces, in accordance with Std Spec 6300_STD. 3.5 Disposal. The Contractor shall dispose of all waste insulation and materials, in compliance with all Federal, state, and local laws, ordinances and regulations. Quotes to be submitted FOB Destination. Inspection and Acceptance is at destination Vendors shall include warranty terms and conditions and prompt payment discounts with their quotation Drawings: A CD-ROM set of drawings for the USCGC KEY BISCAYNE (WPB-1339) may be provided free of charge. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.). The CD-ROM may be requested by contacting Lorraine Arciniega, Contract Specialist, via electronic mail at larciniega@mlca.uscg.mil, or fax at (757) 628-4676. Vendors are encouraged to request the CD-ROM no later than 10 days prior to the due date for receipt of quotes. Evaluation and Award: Provision FAR 52.212-2 will be used for this acquisition , Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The offeror shall identify no fewer than two (2) and not more than three (3) relevant (construction, overhaul, repair and alteration of ships) and current federal, state or local government or private contracts performed during the last three (3) years. For each contract, list: a. Contract number and customer point of contact (including two (2) points of contact with telephone numbers) b. Dollar value of the contract (Original and Final). c. Type of service performed and whether Prime or subcontractor. D. Required completion date for the contract. E. Date the services were actually completed. F. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, Cost type). The offerors references submitted with the offer will be reviewed in conjunction with the information contained in the Contractor Performance System evaluations in the National Institute of Health system as stated below in Past Performance Evaluation Factor. If a subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. Evaluation Factors: Past Performance: Past Performance is more important than price The offeror shall identify no fewer than two (2) and not more than three (3) relevant (construction, overhaul, repair and alteration of ships) and federal, state or local government or private contracts performed during the last three (3) years. For each reference please provide:. Contract number and customer point of contact (including two (2) points of contact with telephone numbers). Dollar value of the referenced contract (Original and Final values). Type of service performed and whether the company acted as the Prime or subcontractor. Required completion date for the contract and actual completion date. Ship Name, Hull Number. Contract type (Firm fixed Price, Time & Materials or Cost type). Percentage of growth in contract price (Additional work divided by award price). If portions of the work will be subcontracted, the data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. The government intends to evaluate quotations as follows: Evaluation for award Past Performance: The past performance evaluation will be a comparative assessment. In evaluating past performance, the government intends to also review U.S. Coast Guard Contractor Performance Reports and other existing past performance ratings on relevant contracts. General trends in a contractor?s performance will also be considered. PRICE: The Government will evaluate the total-all price by including the total of base and option items. Evaluation of options does not obligate the Government to exercise the option(s). The price shall be evaluated to determine fairness and reasonableness. Award The Government will award a contract to the responsible vender whose quote, conforming to the solicitation, will be the most advantageous to the Government, considering past performance and price. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13 as a firm fixed price supply purchase order. All questions concerning this request for quotation shall be directed to Ms. Lorraine Arciniega at 757-628-4647.To receive an award the company must be registered in the Central Contractor Registration Database (CCR) http://www.dlis.dla.mil/ccr/default.asp. All responsible sources may submit a quote, which shall be considered by the Agency.The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference .FAR 52.212-1 Instructions To Offerors Commercial Items (Jan 2004)FAR 52.212-2 Evaluation Commercial Items (Jan 1999) will be used. FAR 52.212-3 Oferor Representations and Certifications Commercial Items (Jan 2004), Alt I (Apr 2002).These certifications must be submitted prior to award, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) ADDENDUM to FAR 52.212-4 FAR 52.247-35 F.O.B. Destination (Nov 1991) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address; www.deskbook.osd.mil HSAR 3052.20970 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003). (a) Prohibitions. Section 835 of Public Law 107296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting more than 50 percent for at least 80 percent each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, Public Law 107296, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)(1)The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or(ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, Public Law 107296. (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purpose of this section.(d) Special rule for related partnerships. For purposes of applying section 835(b) of Public Law 107296 to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows:(i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments;(v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. By signing and submitting its offer, an offeror under this solicitation represents that it not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of Section 835 of the Homeland Security Act, Public Law 107296 of November 25, 2002. (g) If a waiver has been granted, a copy of the approved waiver shall be attached to the bid or proposal. (End of provision) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2004)Additional Clauses applicable to FAR 52.212-5 (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126) (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (21) 52.225-1, Buy American Act Supplies (June 2003)(41 U.S.C. 10a-10d) (24) 52.225-13, Restriction on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (29) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A3 (Sep 1990) Closing date and time for receipt of quotes is April 12, 2004, 2:00 p.m., Eastern Standard Time (EST). Quotes received after this date and time will not be considered. Facsimile Offers are acceptable and may be forwarded via fax number 757-628-4647. Email quotes are acceptable and may be forwarded to Ms. Lorraine Arciniega at Larciniega@mlca.uscgc.mil .
- Place of Performance
- Address: Contractor's facility within the area of the stated geographic restriction
- Country: USA
- Country: USA
- Record
- SN00557972-W 20040403/040401211550 (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 |