SOLICITATION NOTICE
J -- DRY-DOCKING & REPAIR: CG 55121, USCG ANT MILFORD HAVEN - SPECIFICATION PACKAGE
- Notice Date
- 2/13/2012
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-12-Q-P30438
- Archive Date
- 3/14/2012
- Point of Contact
- Ryan R. DelaCruz, Phone: (510)637-5989, Kelly A. Wyatt, Phone: 410-762-6472
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SPECIFICATIONS FOR HSCG40-12-Q-P30438 This is a combined synopsis/solicitation, HSCG40-12-Q-P30438, for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-55 (FEB 2012), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611 and the Small Business Size Standard is 1000. This is a 100% Total Small Business Set-aside procurement; all responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The requirement is for the DRY-DOCKING and REPAIR of ANB 55121 from USCG ANT MILFORD HAVEN NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather 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 a 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 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 protests 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 below: Commandant (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904 A. PRICING DATA: Definite Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any CLIN. "NSP" in the section means "Not Separately Priced." O-1 General Welding, Provide: NSP O-1A Flat Plate Renewal (3/16" Aluminum): 1 sq ft $_______ O-1B Flat Plate Renewal (1/4" Aluminum): 1 sq ft $_______ O-1C Flat Plate Renewal (5/16" Aluminum): 1 sq ft $_______ O-1D Flat Plate Renewal (1/2" Aluminum): 1 sq ft $_______ O-1E Crack Repair (Steel/Aluminum): 1 lf $_______ O-1F Overlay (Steel/Aluminum): 1 sq in $_______ O-1G Overlay (Stainless): 1 sq in $_______ D-2 Hull Plating, UW Body Inspect: 1 JOB $_______ D-3 Hull Plating (UW) Body, Ultrasonic Testing (100) Shots: 1 JOB $_______ O-3A Additional (50) UT shots: 1 JOB $_______ D-4 Propeller Shaft, Remove and Install: 1 JOB $_______ D-5 Water Lubricated Shaft Bearings, Renew: 1 JOB $_______ D-6 Propeller, Remove and Install: 1 JOB $_______ D-7 Rudders, Remove, Inspect, and Install: 1 JOB $_______ D-8 Hull Identification Markings, Apply: 1 JOB $_______ D-9 UW Body, Preserve Full: 1 JOB $_______ O-9A Provide NACE CIP Level 3 Tech Rep: 1 JOB $_______ D-10 Hull Plating Freeboard, Preserve (100%): 1 JOB $_______ D-11 Drydocking: 1 JOB $_______ D-12 Temporary Logistics, Provide: 1 JOB $_______ A-O Composite Labor Rate: 1 HR $_______ B-D Government Furnished Report IAW Specification: NSP Z-O Lay Days: 1 DAY $_______ Total Price of Option Clins (minus Composite labor and Lay Days): $_______ Total Price of Definite Clins: $_______ Total Price of All: $_______ B. Performance will commence on 01MAR2012 for a period of thirty (30) calendar days. C. Place of Performance: All work to be accomplished at a Contractor provided facility no greater than 200 nautical miles from the ANB home station, on navigable waterways and no more from than 20 nautical miles off-shore. The vessel's home station is at US Coast Guard ANT MILFORD HAVEN, HUDGINS, VA 23076 D. The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dry-docking repairs and alterations to the vessel, in accordance with this solicitation and attached specifications dated Oct. 7, 2011/Rev 0. E. The contractor shall provide a facility accessible from a navigable waterway at which a ship of the characteristics described in the attached specification can, using its own propulsion, safely arrive, lie afloat and depart at all states of the tide and at any time day or night. The facility and its approaches shall have a minimum water depth of 6 feet and a minimum vertical clearance of 14'7" feet. F. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. Offerors may contact Ryan dela Cruz at (510) 637-5989 or via email ryan.r.delacruz@uscg.mil for information regarding this solicitation. Please email ryan.r.delacruz@uscg.mil to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email. G. 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. Ship Repairer's Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United State's Longshoremen's and Harbor Worker's Act. 4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. H. DRYDOCK CERTIFICATION AND DRYDOCK CALCULATIONS Contractor shall provide with his or her quote a current certification of its drydocking facility/travel lift/or crane as required by the specifications, Work Item D-11, Drydocking, and SFLC Standard Specification 8634_STD. When requested by the Contracting Officer, the Contractor shall also provide the pre-award calculations described in specification Work Item D-11, Drydocking, Cutter Conditions, and Appendix B of the SFLC Standard Specification 8634_STD. Subsequent to contract award, the Government will require the Contractor to provide the docking and un-docking calculations described in Appendix B of the SFLC Standard Specification 8634_STD. I. WELDING CERTIFICATION AND QUALIFICATIONS This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and SFLC Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. J. The award is anticipated to be made on or about 28FEB2012. An arrival conference normally will be held within 48 hours of the scheduled start date. Vessels being drydocked shall be in drydock within seventy-two (72) hours of delivery. FAR 52.212-2 EVALUATION - Commercial Items (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: The offeror shall identify at least two (2) relevant (construction, overhaul, repair and alteration of ships) and current federal, state or local government or private contracts performed during the last three (3) years. For each contract, list: a. Contract number and customer point of contact (with telephone numbers and email) b. Dollar value of the contract (Original and Final) c. Type of service performed and whether Prime or subcontractor d. Required completion date for the contract e. Date the services were actually completed f. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, Cost Type) h. Percentage of growth in contract price (Additional work divided by award price) 2) TOTAL Evaluated Price: The aggregate price determined by totaling the offer price for Definite Items, plus offer price for Option Items, plus foreseeable cost factors. Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness. (b) The Government shall have the right to award any or all Optional Quantity Clins concurrently with the award of the Definite Quantity Clins. During the contract period, the Government shall have the right to award additional quantities at the prices offered. Foreseeable cost factors: The Coast Guard will incur certain costs for transiting the vessel from and back to its home station and other support during performance of the contract. The offer will be evaluated to include foreseeable costs as follows: (1) There will be a transportation cost for (1) U.S. Coast Guard Representative(s) for (4) round trip(s) between the Contractor's offered place of performance and NESU Portsmouth at the cost of government contract airfare to be taken from the official airline guide or at a cost of $0.51 per mile if no government contract airline service is available. (2) If the contractor's offered place of performance is more than fifty (50) driving miles from NESU Portsmouth, the "Per Diem" expenses for (30) days to support (1) U.S. Coast Guard Representative(s) while in the city of the place of contract performance will be determined in accordance with the Joint Federal Travel Regulations (JFTR). (3) OPERATING COST: The boat's fuel and maintenance cost, at a rate of at $292.00 per operating hour. Distances shall be determined by utilizing the "Distances Between United States Ports" chart provided by the National Oceanic and Atmospheric Administration (NOAA). Calculations shall be performed for the following: • One (1) roundtrip from the current boat's home moorage, Hudgins, VA to the contractor's place of performance. ****Past Performance is significantly more important than Price**** The following FAR Provisions apply to this solicitation: Offerors may obtain full text versions of these provisions electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote OR provide notice of registration at orca.bpn.gov. The following FAR Clauses apply to this solicitation: Offerors may obtain full text versions of these clauses electronically at www.arnet.gov. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.215-5 Facsimile Proposal (Oct 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (JUNE 2007) FAR 52.245-9 Use and Charges (JUNE 2007) HSAR 3052.211-70 Index for Specifications (DEC 2003) HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (JUN 2006) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) HSAR 3052.245-70 Government Property Reports (AUG 2008) "Deviation" FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012) The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alt 1(OCT 1995) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (FEB 2012) 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 (NOV 2011) 52.219-8, Utilization of Small Business Concerns (JAN 2011) 52.219-14, Limitations on Subcontracting (DEC 1996) 52.219-28, Post Award Small Business Program representation (APR 2009) 52.222-3, Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 52.222-21, Prohibition of Segregated Facilities (FEB1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (FEB 2009) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) CLAUSES: 3052.211-71, Index for Specifications (DEC 2003) 3052.217-90, Delivery and Shifting of Vessel (DEC 2003) 3052.217-91, Performance (DEC 2003) 3052.217-92, Subcontracts (DEC 2003) 3052.217-94, Lay Days (DEC 2003) 3052.217-95, Liability and Insurance (DEC 2003) 3052.217-95, Title (DEC 2003) 3052.217-97, Discharge of Liens (DEC 2003) 3052.217-98, Delays (DEC 2003) 3052.217-100, Guarantee (60 Days) (JUN 2006) 3052.222-70, Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) 3052.223-90, Accident and Fire Reporting (DEC 2003) 3052.228-70, Insurance (DEC 2003) 3052.242-70, Dissemination of Contract Information (DEC 2003) 3052.242-72, Contracting Officer's Technical Representative (DEC 2003) 3052.245-70, Government Property Reports (DEC 2006) FAR 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989) VARIATION The Government may require the performance of the numbered line items, identified in the Schedule as option items, at the unit prices stated in the Schedule. The option quantities shown in the Schedule are estimates only. The Government has the right to require performance of these items at the quantities deemed necessary. Therefore, the Government may exercise an option item on more than one occasion during the contract performance period. The Contracting Officer will provide initial notification of the exercise of an option either verbally, by facsimile, or both. When time is of essence, initial notification will be provided verbally followed within 24 hours by a facsimile of confirmation. A contract modification will be executed shortly thereafter to include those options wherein exercise notification was provided. Such options may be exercised at any phase during the contract performance period as stated herein, or any extension of the performance period. To maintain the contract performance period the Contractor shall commence performance of an option item immediately upon receiving initial notification; but, not later than 24 hours thereafter, unless proper sequencing of the work requires a delay in beginning performance of the option. In that case, the option item shall be commenced as soon as proper sequencing permits. The exercise of any option item listed in the Schedule will not normally extend the contract performance period. However, the Contracting Officer may consider a request by the contractor for contract extension if an option is exercised after 50% of the contract performance period has expired. (End of Clause) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 28FEB2012 at 2:00p.m. Pacific Standard Time. Offerors may contact Ryan dela Cruz at (510) 637-5989 or via email ryan.r.delacruz@uscg.mil for information regarding this solicitation. Any Contractor's Requests for Clarifications shall be answered via amendment to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P30438/listing.html)
- Place of Performance
- Address: CONTRACTOR PROVIDED FACILITY LOCATED 200 NAUTICAL MILES OF VESSEL'S HOME STATION AT HUDGINS, VA., HUDGINS, Virginia, 23076, United States
- Zip Code: 23076
- Zip Code: 23076
- Record
- SN02674060-W 20120215/120213235608-1b7642ccd5f601a125954462b69ac4d3 (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 |