SOLICITATION NOTICE
P -- Removal Actions of the sunken vessel L/C Sound Developer - Package #1
- Notice Date
- 9/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-11-Q-VYJ007
- Point of Contact
- Dawn J Dabney, Phone: 757-628-4110, Jackie A Dickson, Phone: 757-628-4108
- E-Mail Address
-
dawn.j.dabney@uscg.mil, jackie.a.dickson@uscg.mil
(dawn.j.dabney@uscg.mil, jackie.a.dickson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation Attachments Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation HSCG84-11-Q-VYJ007 for commercial items/services is 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 written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54. (A) The solicitation number is HSCG84-11-Q-VYJ007 and is issued as a Request for Quotation (RFQ). (B) This acquisition is issued as a Small Business Set aside. The associated NAICS code is 562910 and the small business size standard of 500 employees. (C) The place of performance is Cordova, Harbor, Cordova, AK 99574. (D) Offers are due no later than Thursday, October 13, 2011, 2:00 PM PST. Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time: Mailing Address: U.S. Department of Homeland Security United States Coast Guard Shore Infrastructure Logistics Center, PCB-1 Attn: Jennifer Stock Coast Guard Island, Bldg 54C Alameda, CA 94501-5101 E-Mail Address: jennifer.m.stock@uscg.mil Fax Number: (510) 437-3014 (Attn: Jennifer Stock/PCB-1) (E) Description/Statement of Work/Specification The acquisition is for Removal and Cleaning Actions of the sunken vessel L/C Sound Developer, a 117 foot, steel hulled landing craft, IAW the attached Statement of Work. The vessel is located in the Cordova Harbor, Cordova, AK. The work will include, but is not limited to: 1. Remove the L/C SOUND DEVELOPER from its current location on the sea floor in Cordova Small Boat Harbor. The Coast Guard will consider removal options to include and not necessarily be limited to heavy lift operations and/or the use of internal or external flotation or a combination of each. 2. Transport the vessel to a location where shore-based resources may be used to provide pollution removal actions. 3. Once the vessel is on-shore, remove all identified sources of oil contamination to include equipment, barrels, buckets, and suspected oily slops contained in bilges and voids within the vessel and including the double bottom hull. 4. Provide proper containment and disposal of all recovered oils and oil contaminated materials. Detailed Statement of Work is attached. (F) Schedule of Services - use attached SUPPLIES OR SERVICES AND PRICES/COSTS.. (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of offers In accordance with FAR 52.212-1(b)(10) and the following, the contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. 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 numbers, and the point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management.. (H) FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of the provision. 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 purchase order 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: • Technical Approach; • Past Performance; • Price Technical approach and past performance, when combined, are significantly more important than price; however price will become more important as the differences between the other factors become less. Factor 1. Technical Capability Offeror shall submit a Technical Approach that specifically addresses the offeror's proposed methods and ability to provide all the services listed in the above paragraph (F), Schedule of Supplies/Services in accordance with the attached Statement of Work. Factor 2. Past Performance Offeror's Past Performance will be evaluated based on demonstrating a satisfactory history of performance on prior or current similar efforts/contracts. Factor 3. Price Prices shall be evaluated for price reasonableness. The offeror shall provide a separate pricing spreadsheet for itself and any proposed subcontractor and then a combined spreadsheet representing the total cost/price for each Contract Line Item Number (CLIN). (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: (u) Contractor Performance Evaluations. - Added (1) In accordance with FAR Subpart 42.15, Contractor Performance Information, the Contractor's performance will be evaluated throughout the contract period of performance. The results will be compiled and reported in a Contractor Performance Report for use by this agency and other government agencies for future source selection decisions. The report will be compiled jointly by the Contracting Officer's Technical Representative (COTR) and the Contracting Officer. The Contracting Officer will forward the report to the Contractor for comments. In the case of a contract with option years, interim reports will be completed. (2) The areas to be evaluated include, but are not limited to: Quality of Product or Service, Schedule, Cost Control, Business Relations, Management of Key Personnel, and Utilization of Small Business. (3) Each area may be evaluated using the following scale: Exceptional, Very Good, Satisfactory, Marginal and Unsatisfactory. (4) The Contractor Performance Assessment Reporting System (CPARS) may be used for all performance evaluations. Copies of the reports will be maintained in the CPARS database and in hard copy in the official contract file. (5) The results of the report will be provided to the Contractor who will be given a period of thirty (30) days to review and provide comments. All comments will be considered by the Contracting Officer and reviewed in accordance with FAR 42.1503. The report will be marked "Source Selection Information" and safeguarded ‘for official use only' in accordance with Federal Acquisition Regulation Part 3.104. Since there is a limitation of 2000 characters for each area evaluated, there may be an occasion that all evaluations and comments be manually addressed and maintained in the official contract file. If this is the case, each area will be annotated to contact the cognizant Contracting Officer for all evaluation documentation. (L) Additional Clauses incorporated by reference and additional provisions. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference and applies to this acquisition. Full text of this clause is attached. (M) 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. (N) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Jennifer.m.stock@uscg.mil no later than Thursday, October 06, 2011, 2:00PM PST. (O) See attached for additional Clauses and Provisions. (P) A complete package, to be eligible for award will include all items listed below. • Offerors shall complete all unit prices under paragraph F and attached Schedule of Supplies/Services. • FAR Provision 52.212-3 (Offeror Representation and Certifications-Commercial Item). Offerors can either complete ORCA online at https://ocra.bpn.gov/login.aspx, or submit as part of completed package. An Offeror must state in their offer if they completed FAR Provision 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). • Amendments of Solicitation (SF-30). (if applicable) Offerors shall complete Blocks 8 and 15(a-c) issued by the Government and submit with their offers. All Amendments will be posted on e-Buy. • Past Performance references as requested in paragraph G FAR Provision 52-212-1. • Technical Capability Statement as requested in paragraph H FAR Provision 52-212-2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-VYJ007/listing.html)
- Place of Performance
- Address: Cordova Harbor, Cordova, AK 99574, Cordova, Alaska, 99574, United States
- Zip Code: 99574
- Zip Code: 99574
- Record
- SN02599432-W 20111002/110930235703-d836d229e7fa42a35169f8b95dcdc3e6 (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 |