SOLICITATION NOTICE
Y -- Staging Contractor Services
- Notice Date
- 8/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- 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-40011
- Response Due
- 8/31/2004
- Point of Contact
- Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-762-6008, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
- E-Mail Address
-
lmannion@elcbalt.uscg.mil, dmonk@elcbalt.uscg.mil
- Description
- This is a combined synopsis/solicitation 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-40011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. The applicable North America Industry Classification System (NAICS) Code is 238120 and the business size standard is $12.0 Million. The U.S. Coast Guard YARD has a requirement for contractor services to provide, install, and dismantle staging for the CGC EAGLE Foremast in accordance with the enclosed Statement of Work. All services shall be performed at the U.S. Coast Guard YARD, 2401 Hawkins Point Road, Baltimore, Maryland 21226. **STATEMENT OF WORK: Contractor services required to provide, install, and dismantle staging from the 01 deck to the top of the Foremast on CGC EAGLE. The erected staging shall allow CG YARD personnel access to the entire Foremast. The size of the Foremast is approximately 32? in diameter at the base on the 01 deck decreasing in size until it is approximately 12? in diameter at the top. The height of the foremast is approximately 115?. The Foremast is approximately 7? out of plumb over the 115? height. Contractor to provide an access ladder as means to access the staging. When erecting the staging, place substantial wooden pads where each part of the staging contacts the vessel?s decks, in order to distribute the weight of the staging over an area not less than 4 square feet, and to protect the deck. Staging shall be constructed in that a working platform shall be erected every 7? to provide access around the entire mast. Staging shall not chafe the Foremast. Contractor should be aware that interferences in way of work include, but are not limited to: Radar Pedestal, Wave Guide, Electrical Wiring, Lighting Fixtures, three Upper Main Mast Stays, PA Speaker. Contractor shall expect some paint over spray to cover the erected staging. Contractor shall be aware the erecting and dismantling of the staging will be halted during each sequence six (6) times. Purpose being to remove or install radar and Foremast Yards. The erecting, dismantling work interruption shall be for approximately three (3) days each time to allow CG YARD time for the removals or installs. The staging must comply with the applicable safety requirements of Title 29, CFR, Part 1915, subpart E. CG YARD to provide reasonable access to Pier. CG YARD to provide rigging and crane services to Contractor in movement, transporting of staging materials to the 01 deck of CGC EAGLE during installs and to Pier during dismantling. Rental of staging shall be for a period of approximately 92 days. Work to start on or approximately October 15, 2004. Dismantle date to be determined once re-installs start. A minimum of two (2) days notice will be given to Contractor to start dismantling**. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) and the following addenda: General Instructions: It is intended to award a Firm-Fixed Price purchase order. Proposal Preparation Instructions: Technical Proposal: The offeror shall submit a proposal outlining their capability to meet the Statement of Work, within the Government?s required performance schedule. This shall include, at a minimum, a description of personnel and equipment to be utilized and their availability. Past Performance: Offeror shall supply at least one (1) relevant recommendation for past performance evaluation purposes. Price Proposal: Offeror shall provide pricing for Item 0001, Provide, install, and dismantle staging for CGC EAGLE, Quantity: 1 Job. Pricing shall include all costs necessary to perform the job in accordance with the Statement of Work. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: Proposal Evaluation: The Government will evaluate all quotes to be qualified for award as follows: The Government will review each proposal submitted in response to this solicitation and make award to the offeror who submits the best proposal considering price, past performance, technical capability, and capability for meeting the required performance schedule. Technical capability and availability to perform the job are very important. The evaluated price will be the total cost, including any travel-related costs, to complete the required job. 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. The Government reserves the right to make an award without discussions. Award will be made on "Best Value" and will be awarded on an all or none basis. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) 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. 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; HSAR 3052.223-90 Accident and Fire Reporting; HSAR 3052.242-71 Dissemination of Contract Information; HSAR 3042.242-72 Contracting Officer?s Technical Representative (Dec 2003), FAR 52.212-5; Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Jun 2004), 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 laborers - $15.27; 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 25 applies to this requirement and may be located at http://servicecontract.fedworld.gov. HSAR 302.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); 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 (May 2004). Copies may be obtained by calling the Agency. The closing date and time for receipt of offers is 31 August 2004, 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. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov
- Place of Performance
- Address: U.S. Coast Guard YARD, 2401 Hawkins Point Road, Baltimore, Maryland
- Zip Code: 21226
- Country: U.S.
- Zip Code: 21226
- Record
- SN00644307-W 20040818/040816211551 (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 |