Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

S -- FACILITY MAINTENANCE FOR THE USCGC MACKINAW - Package #1

Notice Date
1/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
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
HSCG85-11-Q-P30C09
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS SECTION B This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number HSCG85-11-Q-P30C09 is issued as a Request for Quotation (RFQ). HSCG85-11-Q-P30C09 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-48. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The Small Business Size Standard for NAICS 561210. This requirement is for a firm-fixed price contract for the Facility Maintenance for the USCGC MACKINAW (facility and vessel). This contract is a short term contract until a new Requirements contract (5yr) can be issued and awarded. The anticipated award date is on or about 10 February 2011. The government intends to award from this solicitation to the responsible vendor whose quote conforming to the solicitation provides the best value. Refer questions to Sandra Martinez, Contracting Officer at (757)628-4591 or sandra.a.martinez@uscg.mil. Quotes must arrive no later than 2:00 p.m. (Eastern Time) February 4, 2011. Quotations may be sent via the US Postal Service or hand delivered to: US Department of Homeland Security, US Coast Guard Surface Forces Logistics Center (SFLC-CPD-C&P2-IBCT), Attn: Sandra Martinez, 300 E. Main Street, Suite 600, Norfolk, VA 23510;. E-mailed: sandra.a.martinez@uscg.mil and Faxed quotations will be accepted and are subject to the same rules as paper quotations. The telephone number for receiving facsimiles is (757) 628-4676. See attach Section B and See Attach Work Statement. CONTRACT CLAUSES (1) FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb1998) 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 the full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov/far. (2) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. (3) 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. (4) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2009) (5) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition (6) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011) applies to this acquisition. The following FAR Clauses are applicable: FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2010) (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a - 10d). FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553) (7) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989) - In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 11150 - Janitor $11.90 - See below* 11210 - Laborer, Grounds Maintenance $13.01 - See below* 99730 - Refuse Collector $15.35 - See below* 11270 Tractor Operator $13.01 - See below* * Fringes are as follows: 1. Holidays: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and Inauguration Day (when applicable). 2. Annual Leave: Two hours of annual leave each week for an employee with less than three years service; three hours of annual leave each week for an employee with three but less than fifteen years of service; and four hours of annual leave each week for an employee with fifteen or more years of service. 3. Sick Leave: Two hours of sick leave each week for all employees. 4. Life insurance, health insurance, workers' compensation, and Federal Insurance Compensation Act (for temporary employees) at 7 percent of basic hourly rate. 5. Retirement: 7.0 percent of basic hourly rates for employees hired through December 31, 1985. Retirement at 0.8 percent for employees hired on January 1, 1986, or after. 6. Medicare: 1.45 percent of basic hourly rates for all employees. 7. Social Security: 6.2 percent of basic hourly rates for employees hired on or after January 1, 1986, up to a maximum gross annual salary of $80,400. (End of clause) Department of Labor, Employment Standards Administration, Wage and Hours Division, Washington, D.C. 20210, Register of Wage Determinations Under the Service Contract Act, by direction of the Secretary of Labor, Division of Wage Determinations, Wage Determination No: 2005-2271, Revision No: 10, Date of Revision: 6/15/2010 State: Michigan Counties Alcona, Alpena, Antrim, Arenac, Benzie, Charlevoix, Cheboygan, Crawford, Emmet, Grand Traverse, Iosco, Kalkaska, Leelanau, Manistee, Missaukee, Montmorency, Ogemaw, Oscoda, Otsego, Presque Isle, Roscommon, Wexford. Copies of this Wage Determination will be provided upon request. (8) REQUIRED INSURANCE - The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1 Comprehensive General Liability - $500,000 per occurrence; 2. Full insurance coverage in accordance with the United States' Longshoremen's and Harbor Worker's Act; 3. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-11-Q-P30C09/listing.html)
 
Place of Performance
Address: CHEBOYGAN, MI, United States
 
Record
SN02369100-W 20110130/110128234339-ae4cc74fd69f0bc7b37cbb721a260db9 (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.