SOLICITATION NOTICE
69 -- Model Ship Training Aids (Museum Quality) - Pricing Sheet - Scope of Work Ship Model Training Aids
- Notice Date
- 9/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center Yorktown, Thayer Hall, Room 211, Yorktown, Virginia, 23690-5000, United States
- ZIP Code
- 23690-5000
- Solicitation Number
- HSCG41-11-Q-QW6805
- Archive Date
- 9/29/2011
- Point of Contact
- Theresa R. Heller, Phone: 7578562942, Sharon K. Griffin, Phone: 7578562332
- E-Mail Address
-
theresa.r.heller@uscg.mil, sharon.k.griffin@uscg.mil
(theresa.r.heller@uscg.mil, sharon.k.griffin@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope of work for ship models (museum quality) to be used as training aids Pricing Sheet 1. This announcement is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm Fixed Price type contract. 2. The solicitation number is HSCG41-11-Q-QW6805 and is being issued as a Request for Quotation (RFQ). 3. This is acquisition is set aside for small business. 4. The North American Industry Classification Systems (NAICS) code for this requirement is 541490 with a size standard of $5 million dollars. 5. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The USCG intends to award a Firm Fixed Price Contract to obtain a total of 7 museum quality ship model training aids as stated in the scope of work. Items such as lifeboats, life rafts, fire mains, fire hydrants, and any other lifesaving or critical systems typically found on a merchant vessel shall be represented on the models as well as equipment used on vessels for cargo operations, fishing nets, drill derrick, etc. Each ship model shall include the ship, protective display case to protect it, a stand, and legs so the model shall stand alone and not require the use of a table to elevate it off the floor. The following list indicates the type of commercial vessel models required, along with the corresponding size of the model: 1) Containership - Shall be 48" long and a width of scale proportions: Finished model shall have 3 stacks (rows going athwart ship that is 3 rows high) of containers on deck of the aft 2 cargo holds; and also have one of the midship cargo holds open to view below deck. 2) Drill Ship - Shall be 48" long and a width of scale proportions: Finished model shall have a moon pool and derrick. 3) The TITANIC - Shall be 48" long and a width of scale proportions. 4) Small Passenger Vessel - Shall be 18" long and a width of scale proportions: the model shall reflect a Tour/Excursion passenger vessel. 5) Fishing Boat - Shall be 18" long and a width of scale proportions: the model shall be of a scallop boat with correct rigging/fishing gear. 6) Harbor Tug - Shall be 18" long and a width of scale proportions: model shall be a design of a new "z-drive" propulsion tug boat. 7) Inland River Towboat - Shall be 18" long and a width of scale proportions: model shall be of a newer style line haul boat. The width of all models in the finished condition in the display case shall not exceed 15 inches wide. 6. The USCG intends to acquire the following items: ITEM 0001: 1 EA Containership ITEM 0002: 1 EA Drill Ship ITEM 0003: 1 EA the TITANIC ITEM 0004: 1 EA Small Passenger Vessel ITEM 0005: 1 EA Harbor Tug ITEM 0006: 1 EA Fishing Boat ITEM 0007: 1 EA Inland River Towboat ITEM 0008: 1 EA Delivery and setup Delivery for all above referenced items is 180 days ARO, FOB Destination. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best possible delivery schedule. 7. The following FAR and, HSAR provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: - FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: The offeror shall submit an electronic version of the quote in word, excel, or adobe pdf format by 11:00AM (Eastern) Wednesday, September 14, 2011 via email to Theresa.R.Heller@uscg.mil. Any questions should be emailed no later than 1:00 pm ET on Tuesday, September 13, 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: a. The solicitation number; b. The name, address, and telephone number of the offeror; c. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include pictures or artist rendering in accordance with paragraph 8 of the scope of work. This may also include product literature, or other documents, if necessary; d. Two (2) Past performance references; e. Completed pricing spreadsheet; f. Terms of any express warranty; g. Price, availability and any discount terms; h. A completed copy of the representations and certifications at FAR 52.212-3 i. Acknowledgement of Solicitation Amendments, if any; j. Company Tax Information Number and DUNS Number. -FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: Compliance with the scope of work, delivery and pricing are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. -FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/. - FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1 (Oct 1995), 52.219-6 (June 2003), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb 1999), 52.222-26 (Mar 2007), 52.222-35 (Sept 2010), 52.222-36 (Oct 2010), 52.222.37 (Sept 2010), 52.222-50 (Feb 2009), 52.225-13 (June 2008), and 52.232-33 (Oct 2003). FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTC/HSCG41-11-Q-QW6805/listing.html)
- Place of Performance
- Address: Construction- Vendor's Location. Installation - USCG Training Center, Yorktown, VA, United States
- Record
- SN02570203-W 20110911/110910000640-85f96f585bc1cb68e7d2f45ac9d2f44b (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 |