Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

J -- dry dock and repair USCGC KISKA - specification

Notice Date
1/6/2011
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG80-11-R-P45H93
 
Point of Contact
Gerald R Acock, Phone: (808) 843-3876
 
E-Mail Address
gerald.r.acock@uscg.mil
(gerald.r.acock@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification United States Coast Guard (USCG) USCG Surface Forces Logistics Center Norfolk VA Dry Dock and Repairs of CGC KISKA (WPB-1336) This is a combined synopsis/solicitation HSCG80-11-R-P45H93 for the Dry Dock and repairs of the USCGC KISKA (WPB-1336). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a small business set-aside procurement. Performance will be accomplished at the Contractors facility in Hawaii. The NAICS is 336611. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Disputes Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that the Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (CG-9131), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurements, 1900 Half St. SW, Room 11-0402, Washington, DC 20593, Telephone (202) 372-3692, Fax: (202) 475-3904. This requirement is to provide all labor, materials, and equipment to accomplish the following IAW the provided specification: Dry Dock and Repairs on CGC KISKA (WPB 1336) A. Contract Line Items ITEM DESCRIPTION DOLLAR AMOUNT Work Item D-1 Skeg Hull Plating (U/W Body, Ultrasonic Testing $ Work Item D-2 Skeg Top Renewal and Structural Repair $ Work Item D-3 Drydocking $ Work Item D-4 Temporary Services, Provide $ Work Item D-5 Exhaust System, SSDG, Renew $ Work Item D-6 Steering Gear Actuator, Overhaul $ Work Item D-7 Exhaust System, MDE, Renew $ Work Item D-8 CAPAC Anode Assembly Renew $ Work Item D-9 Tanks (MP Fuel Service), Clean $ Work Item D-10 Tanks (MP Fuel Storage and Overflow), Clean $ Work Item D-11 Tanks (Dirty Oil and Waste), Clean & Inspect $ Work Item D-12 Propulsion System, Alignment Check $ Work Item D-13 Grey Water Holding Tanks, Clean and Inspect $ Work Item D-14 Sewage Holding Tanks, Clean and Inspect $ Work Item D-15 Sea Trail Performance, Provide Support $ Work Item D-16 Fuel Tank Repair $ TOTAL DEFINITE ITEMS $ B. Composite labor Hour Rate: The following labor hour rate shall be used in pricing all contract changes in accordance with the clause entitled "Composite Labor Hour Rate for Contract Changes." LABOR HOUR RATE ESTIMATED QUANTITY EXTENDED AMOUNT $ PER HOUR $ NOTE: The estimated quantity indicated above is for evaluation of offers only. The quoted rate will apply to all changes involving additional work under this contract regardless of the actual total hours required. The composite labor hour rate price in Section B shall be the sole labor hour rate used to price the prime contractor's direct labor hours for all contract changes, whether growth within scope or new work. The contractor shall not receive any compensation in addition to this rate for prime contractor's direct labor associated with changes under this contract. The composite labor hour rate shall represent total compensation for the following: direct labor; any port or association fees, rents or other levies; all overhead and general and administrative costs; profit; and all direct and indirect costs and profit associated with following support functions: Supervision Quality Assurance Planning Engineering Surveyors Worker Transit Time Material Handling Testing Cleaners Guards Estimating Contract Administration The composite labor hour rate will be used in pricing production labor hours. This shall include only those hours necessary and reasonable to perform direct production functions, and will not include the support functions listed above, whether the contractor normally charges such support functions directly or indirectly by the contractor's accounting system. These support functions are to be priced into the bid rate and shall not be separately compensated. This clause shall not affect the other rights of the parties under FAR 52.243-1, CHANGES-FIXED PRICE (AUG 1987)(ALT II)(APR 1984), including the right of the Contracting Officer to issue unilateral change orders, and the right of the contractor to request equitable adjustment. The Estimated Quantity indicated by the Government in Section B is an estimate only, and the Extended Amount indicated by the Offerors in Section B is not ordered by award of a contract pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of hours that will be required. The actual number of hours may be greater or less. C. Lay Days: PRICE PER DAY ESTIMATED QUANTITY EXTENDED AMOUNT $ X 3 DAYS $ NOTE: Estimate of three (3) days is for evaluation purposes only Performance will commence on 23 March 2011 and complete no later than 20 May 2011. All work to be accomplished at the contractors facility located in the State of Hawaii on the Island of Oahu. All work will be accomplished in accordance with the specification, available on www.fbo.gov. Award of a contract will be based on the following criteria: Past Performance and Price. Offerors are cautioned that Government intends to evaluate offers and award a contract without discussions. Therefore, offeror's initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1. Price: The aggregate price determined by the total offer price for the definite item plus the total composite labor hour price and the total price for Lay Days. 2. Past Performance: In accordance with FAR 52.212-a(b)(1) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) reference. Provide as a minimum the following applicable information: contract number, description of work, total dollar amount, procuring activity or firm's complete name (include addresses, telephone number and point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction and management. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor's Tax Information Number, and DUNS Number. Proposals must be received not later than 27 January 2011, 1:00 PM Hawaii Standard Time. Proposals received after the date and time specified will not be considered. Offerors may fax their proposals to: (808) 843-3883 Attn: Gerald R. Acock or email Gerald.r.acock@uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial items (APR 2008) FAR 52.212-2 Evaluation Commercial Items (JAN 1999) FAR 52.212-3 Offeror Representations and Certification-Commercial Items (FEB 2009) with Alt 1 included FAR 52.212-4 Contract Terms and Conditions-Commercial items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2009) The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-1, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35,-36-37-39, 52.222-44, 52.222-50,52.225-1, 52.225-13, 52.232-1, 52.232-8, 52.232-11, 52.232-23, 52.232-25, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1, and HSAR 3052.209-70. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with its offer. All questions regarding this solicitation should be directed to Gerald R. Acock at (808) 843-3876 or via e-mail Gerald.r.acock@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG80-11-R-P45H93/listing.html)
 
Place of Performance
Address: Contractors Facility located in the State of Hawaii on the Island of Oahu, Honolulu, Hawaii, 96819, United States
Zip Code: 96819
 
Record
SN02355449-W 20110108/110106234105-804b6b26d8446d38a947bb48b234856f (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.