SOLICITATION NOTICE
Z -- NORTHEAST: USCG D1 CIRCUIT IDENTIFICATION & LABELING - OMBUDSMAN NOTICE - Specification PSN 2830043 - SCA Wage Rates
- Notice Date
- 4/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, Rhode Island, 02886
- ZIP Code
- 02886
- Solicitation Number
- HSCGG1-11-Q-PRV091
- Archive Date
- 6/28/2011
- Point of Contact
- Daniel B Walker, Phone: (401) 736-1764
- E-Mail Address
-
Daniel.B.Walker@uscg.mil
(Daniel.B.Walker@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SCA Wage Rates Freeport, NY SCA Wage Rates Highlands, NJ SCA Wage Rates New Castle, NH SCA Wage Rates Nantucket, MA SCA Wage Rates Chatham, MA SCA Wage Rates Newburyport, MA SCA Wage Rates Gloucester, MA SCA Wage Rates Rockland, ME Specification PSN 2830043 OMBUDSMAN NOTICE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSCGG1-11-Q-PRV091 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 effective April 1, 2011. This action is a total set aside for small business. The associated North American Industry Classification System (NAICS) code is 3238210 and the small business size standard is 14.0 Million. The Coast Guard Civil Engineering Unit Providence has a requirement for Circuit Identification and Labeling at eight Coast Guard Stations throughout the First Coast Guard District. Offerors shall provide pricing for Contract Line Item Numbers (CLINS) 0001 through 0008 representing each of the eight Stations. The Contractor shall furnish all labor, equipment, supervision, transportation and disposal necessary to provide testing and complete labeling in accordance with Section 408.4 of the NEC. There are three main components to the work: Site Investigation, Evaluation, and labeling of all panels within the sites specified in Specification Number 2830043 (Attached). The panels are located throughout the buildings at the sites listed and it is the Contractor's responsibility to find the origins of all the circuiting within the site. The Contractor shall then provide a typed and laminated panel board schedule as per the NFPA. Some of the panel boards within the buildings currently have panel board schedules but the Contractor shall verify that the schedules are correct. All loads must be displayed on the inside of the panel board door enabling all circuits to be easily identified. The Contractor shall remove all incorrect labels, magic marker comments and other various identifications within each panel. During this project no panel boards/products will be replaced, it is strictly identifying the circuits within the panel board. The time for delivery shall be 120 days after issuance of the Notice to Proceed. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following text is added to Paragraph (a) of the clause: (a) 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: (1) Past Performance: Offerors shall provide evidence (at least three past performance references, including a point of contact name and telephone number), of having successfully completed a minimum of three projects within the last three (3) years of similar size, scope, and complexity to the subject project. References will be contacted to determine satisfactory performance. (2) Price: Offerors shall provide an itemized price breakdown in sufficient detail to permit a complete analysis of all labor, materials, equipment, transportation, supervision and disposal costs and overhead and profit, at both the prime and subcontracting levels and shall cover all work involved in the contract. An offeror's price will be evaluated for price reasonableness and realism; to determine if an offeror's proposed price is realistic for the work to be performed and if it reflects a clear understanding by the offeror of the RFQ requirements. The provision at 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall return a completed copy of these provisions with its offer. A copy of the provision can be obtained from https://www.acquisition.gov/FAR/. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses in paragraph (b) of 52.212-5 that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.219-6, Notice of Total Small Business Set-Aside (June 2006), 52.219-28, Post Award Small Business Program Representation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010), 52.225-1, Buy American Act-Supplies (June 2003), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The Contractor shall comply with the FAR clauses in paragraph (c) of 52.212-5 that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) Employee Class 223160 Electrician, Maintenance, Monetary Wage - Fringe Benefits $32.18. The following additional clauses apply: 52.228-5, Insurance-Work on a Government Installation. The Contractor shall furnish to the Contracting Officer a certificate of insurance, identified by contract number, as evidence of the existence of the following minimum insurance coverage: General Liability $500,000, Automobile Liability $200,000 per Person/$500,000 Per Accident, Property $20,000 and Workmen's Compensation--As required by Federal and State Law. 52.232-18, Availability of Funds (Apr 1984). The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. There are no applicable Numbered Notes. Quotations are due May 16, 2011 at 4:00 PM EST, mailed to USCG CEU Providence, Attention: Daniel Walker, 300 Metro Center Blvd., Warwick, RI 02886. Faxed or emailed quotes are acceptable. The Government Point of Contact is Mr. Daniel Walker who may be reached by email at daniel.b.walker@uscg.mil, by phone at 401-736-1764 or by fax at 401-736-1704. Any amendments to this solicitation will be published in the same manner as the initial synopsis and solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-11-Q-PRV091/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN02435792-W 20110430/110428234738-a7aee48a5ff6eb6167acb3927ab346db (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 |