Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

22 -- Main Diesel Engine Stacks Uptakes CGC ACUSHNET - Spec CGC ACUSHNET MDE

Notice Date
11/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45962
 
Archive Date
11/12/2011
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Douglas G Landau, Phone: (757) 628-4638
 
E-Mail Address
tara.m.holloway@uscg.mil, Douglas.G.Landau@uscg.mil
(tara.m.holloway@uscg.mil, Douglas.G.Landau@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Blank Schedule of Supplies/Service Publication 167 WAT 4105-5 167 WAT 4105 12-4 167 WAT 4105 12-3 167 WAT 4105 12 -2 167 WAT 4105 12 167 WAT 4105 Specification for Emergency DS to clean the Main Diesel Engine Stacks onboard CGC ACUSHNET This combined synopsis/solicitation HSCG80-11-Q-P45962 for commercial items is prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The United States Coast Guard Surface Forces Logistics Center (SFLC) intends to issue an acquisition for 100% small business set-aside. This Request for Quotes incorporates provisions and clauses. The NAICS is 336611 with a size standard of 1,000. A. REQUIREMENT: This requirement is to provide all labor, materials, and equipment to accomplish Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean as identified in the attachment specification. B. PERIOD OF PERFORMANCE: is 29 November 2010 - 17 December 2010 (19) calendar days and will commence on or about 29 November 2010 and complete no later than 17 December 2010. C. PLACE OF PERFORMANCE: All work to be accomplished at the vessel's homepier located at 1320 Stedman Street, Ketchikan, AK 99901. D. Failure to read and comply with the specification in its entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk. Each quoter shall furnish the information required by the solicitation. E. Anticipated Award Date: the contract is expected to be awarded on or about 22 November 2010. Schedule of Supplies/Services for USCGC ACUSHNET (WMEC-213) EMERGENCY DOCKSIDE AVAILABILITY 2011 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE 1-D Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean JOB 1 A-O Composite Labor Rate Hour 1 B-D GFP Report NSP EA NSP C-D Travel and Per diem JOB 1 Total Price of Definite Items Total Price of Option Items Total Price of Definite and Optional Items F. DESCRIPTION OF WORK: STATEMENT OF WORK FOR EMERGENCY DS MAIN DIESEL ENGINE (MDE) EXHAUST STACK UPTAKES, CLEAN Work Item 1: Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean 1. Scope 1.1 Intent. This work item describes the requirements for the Contractor to clean the Main Diesel Engine (MDE) exhaust stacks aboard the US Coast Guard ACUSHNET (WMEC-213) at the cutter's homeport of Ketchikan, AK. 1.2 Government-furnished equipment. None 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 167 WAT 4105-010, Rev -, Arrgt Exhaust Piping Coast Guard Drawing 167 WAT 4105-012, Rev-, Main Engine Exhaust Piping Modifications COAST GUARD PUBLICATIONS Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Jan 2009, General Requirements OTHER REFERENCES Code of Federal Regulation (CFR) Title 29, Part 1915, Jul 2008, Occupational Safety and Health Standards for Shipyard Employment 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None 3.1.2 Technical Representative. Not applicable. 3.1.3 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 spaces, contaminated due to improper protection, to original condition of cleanliness. 3.1.4 Interference. The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): • Access covers • Exhaust stack • MDE • Piping • Pipe insulation • Vent ducting • Wiring • Exhaust pipe expansion joints • Exhaust insulation blankets Note: The contractor shall take extreme care in the removal of the exhaust insulation blankets to allow for reuse. See the attached Specification for complete statement of work G. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Quotes must contain the contractor's DUNS Number. Quotes must be received not later than 12 November 2010 at 1:00 p.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 97), quotes may be faxed to: (757) 628-4562 Attn: Tara Holloway or e-mailed to tara.m.holloway@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to Tara Holloway, Contract Specialist at (757) 628-4562 or via e-mail to tara.m.holloway@uscg.mil. Main Diesel Engine (MDE) Exhaust Stacks CGC ACUSHNET HSCG80-11-Q-P45962 APPLICABLE CLAUSES AND PROVISIONS The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest (Jun 2006) HSAR 3052.217-91 Performance (Dec 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (Dec 2003) HSAR 3052.217-93 Subcontracts (Dec 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of Liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (Jun 2006) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) apply The provision at FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010). Vendors are required to submit a complete copy of the provision at Offeror Representation and Certifications-Commercial Items, with their quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (end of clause) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (OCT 2010) apply It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential quoters who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the quoter should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, D.C. 20593 Telephone; (202) 267-2285 Fax: (202) 267-4011 Potential quoters should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation number, Contracting Office, Contracting Officer, and solicitation closing date. Defense Priorities and Allocations System (DPAS) Rating: DO A3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45962/listing.html)
 
Place of Performance
Address: USCGC ACUSHNET homepier located at 1320 Stedman Street, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN02326116-W 20101112/101110234515-240f16f8807c205bde26538e2a6ea44b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.