MODIFICATION
J -- Lead and Abestos Abatement Aboard CGC Wyaconda - Amendment 1
- Notice Date
- 12/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-13-Q-300662
- Archive Date
- 5/14/2013
- Point of Contact
- Karen Marshall, Phone: 757-628-4682, Sandra Martinez, Phone: 757-628-4591
- E-Mail Address
-
karen.m.marshall@uscg.mil, Sandra.A.Martinez@uscg.mil
(karen.m.marshall@uscg.mil, Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment A0001_CGC Wyaconda This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation number is HSCG85-13-Q-300662 is issued as a Request for Quotations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-61. This procurement is issued as a Total Small Business (SB) set-aside. All responsible SB concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The NAICS Code is 562910 and the Small Business Size Standard is $14 Mil. This is a Total Small Business Set-Aside; the contract will be awarded on a firm-fixed-price basis using the procedures for acquiring Commercial Items in accordance with FAR Part 12. The requirement is for: The contractor to provide all labor and materials to abate lead and asbestos-containing coatings from the bulkhead and overhead surfaces in the following compartments IAW attached specification: USCGC WYACONDA (WLR-75C) UNPLANNED DOCKSIDE AVAILABILITY FY 2013: Forward Hold (2-30-O-L) - total of approximately 1350 sq ft. (OVERHEAD ONLY) Aft Hold (2-60-O-A) - total of approximately 1350 sq ft. (OVERHEAD ONLY) Rake Compartment (2-10-O-E) - total of approximately 1215 sq ft. (ENTIRE COMPT) Sewage Hold (2-7-O-A) [TENDER] - total of approximately 2400 sq ft. (ENTIRE COMPT) AND to partially abate lead and asbestos-containing coatings from the bulkhead and overhead surfaces in the following compartments: Aft Hold (2-60-O-A) - total of approximately 20 sq ft.; this includes the abatement of asbestos coating on and around ballast tank accesses. Bos n Hold (2-30-O-E) - total of approximately 5 sq ft. Period of Performance: 07 Jan 2013 - 23 Jan 2013 Place of Performance: CGC WYACONDA, 60 East First St Dubuque, IA 52001. Pricing Schedule: CLIN: 001, DESCRIPTION: Compartment Interior, 100% Abate Lead and Asbestos Coatings on Bulkhead and Overhead Surfaces, Unit Price: _____________, Unit: JOB, Quantity: 1, Extended Price: ___________ CLIN: 002, DESCRIPTION: Compartment Interior, Partially Abate Lead and Asbestos Coatings on Bulkhead Surfaces, Unit Price: _____________, Unit: JOB, Quantity: 1, Extended Price: ___________ SFLC IBCTPL POC: CWO4 Brian Kist (757) 628-4622 CGC WYACONDA POC: MKC E. Cavenaugh (563) 582-1965 Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG85-13-Q-P30447;(2) CLIN number, item name, and unit/extended prices for all CLIN's (3) taxpayer identification and Dun & Bradstreet (DUNS) number and System For Award Management (SAM) number; (4) Contractors full name, address, and telephone number. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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: Factor 1, Technical Capability Factor 2, Past Performance Factor 3, Price Factors 1 and 2 are of "EQUAL" importance. Factor 3 is less important than factors 1 and 2. The combined evaluation factors are significantly more important than price. QUOTES SHALL BE EVALUATED USING THE FOLLOWING CRITERIA: TECHNICAL CAPABILITY: The Government will evaluate the Offerors' understanding of the Government's requirements, its understanding of the nature of the work to be performed under the prospective contract; Offerors ‘organization and technical team of staff, partners; consultants, and subcontractors to perform the work, Offerors' technical approach for fulfilling the requirements; an assessment of the likelihood that the Offeror's capabilities will enable them to meet Government requirements; and an assessment of any risk(s) that could potentially lead to Offeror's poor performance and could jeopardize the success of the contract. The Government will consider when evaluating the Offeror's technical approach is: (a) IAW Paragraph 3.5.3 of the specification: USCGC WYACONDA (WLR-75C) UNPLANNED DOCKSIDE AVAILABILITY FY 2013, every response must include a legible Planning Document (PD) with the required characteristics. Also, include your company or subcontractor hazmat certification. PAST PERFORMANCE: (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: The offeror shall identify relevant Abestos and Lead Abatement repairs onboard 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 (including two (2) points of contact with telephone numbers) 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) g. Percentage of growth in contract price (Additional work divided by award price) If subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor. The past performance evaluation will take into account the guidelines outlined at FAR 15.305(a)(2) Past Performance Evaluation. The Contractor's past performance will be evaluated according to the following factors and questions: - Quality of Product or Service Did the customer get what was specified? Did the customer consider the final product high in quality? If warranty issues arose, were they promptly corrected? - Schedule Was the contract completed on time? If not, reason why not (growth work, Contractor delayed, government delayed?) - Business Relations How was the customer service? Was the Contractor committed to customer satisfaction? Would you use this company again (Why/Why not)? - Management of Key Personnel Were subcontracts involved? Comments? In evaluating Contractors past performance, the government intends to also review U.S. Coast Guard Contractor Performance Assessment Reports and other existing past performance ratings on relevant contracts. General trends in a Contractor's performance will also be considered. PRICE: 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. ***Technical Capability and Past Performance are of "EQUAL" importance and significantly more important than Price**** Award may be made without any type of discussions or negotiations. This is based on the Contracting Officer's determination after an evaluation has been completed on all offers. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The requirement will be evaluated using Technical Competence in the Type of Work Required, Past Performance and Price. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED The following Federal Acquisition Regulation (FAR) Provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012). The following addenda is added to 52.212-1. FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, Alternate IV (Oct 2010) (a) Submission of certified cost or pricing data is not required (b) Contractor may be required to provide information relating to sales data for the same or similar items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012)-(ii) Alternate I (Apr 2011) Offerors shall complete only paragraph (b) of this provision if the offeror HAS completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror HAS NOT completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (c) through (o) of this provision. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at http://www.acquisition.gov/far. The following FAR provisions/clauses are incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO A3 Rating FAR 52.215-5 Facsimile Proposals (OCT 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alternate I (JUL 1995) FAR 52.223-12 Refrigeration Equipment and Air Conditioners (MAY 1995) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.242-2 Production Progress Reports (APR 1991) FAR 52.245-1 Government Property (AUG 2010) FAR 52.245-9 Use and Charges (AUG 2010) 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 3052.223-70 Removal or Disposal of Hazardous Substances - Applicable Licenses and Permits (JUN 2006) 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 (DEC 2003) [Deviation] FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2012). The following addenda is added to 52.212-4: 1) Paragraph (a) - replaced by FAR 52.246-2 2) Invoicing Requirements - Submit invoices electronically to: http://www.fincen.uscg.mil/electron.htm or via mail to: USCG Coast Guard Finance Center, P.O. Box 4122, Chesapeake, VA 23326, or Fax to 757-523-5900. CONTRACTOR SHALL PROVIDE A COPY OF THEIR APPROVED MANIFEST OF HAZARDOUS WASTE TO THE CONTRACT SPECIALIST BEFORE INVOICE CAN BE PROCESSED FOR PAYMENT. Mark For: Contract Number as provided at time of award. Payment Terms; FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2012) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 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) (31 U.S.C. 6101 note), 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (Jun 2003)(E.O. 11755), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers(Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-1, Buy American Act -Supplies (Feb 2009) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O..'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 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 Homeland Security Acquisition Regulations (HSAR) are hereby incorporated by reference with the same force and effect as if incorporated in full text. Full text versions of the clauses may be viewed electronically at http://farsite.hill.af.mil/VFFARA.HTM. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) HSAR 3052.242-71, Dissemination of Contract Information (Dec 2003) HSAR 3042.242-72, Contracting Officer's Technical Representative (Dec 2003). Proposals shall be submitted electronically to: Karen Marshall, Contract Specialist, Email: Karen.M.Marshall@uscg.mil, or mailed to: 300 E. Main St. Ste. 600, Attn: Karen Marshall, Norfolk, VA. 23510. The closing date and time for receipt of offers is 17 December 2012, 4 PM EST. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. Companies shall provide a valid DUNS, be registered with Central Contractor Registrations (CCR) and shall provide the company Tax Identification Number (TIN) with their offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-Q-300662/listing.html)
- Place of Performance
- Address: 60 East First St., Dubuque, Iowa, 52001, United States
- Zip Code: 52001
- Zip Code: 52001
- Record
- SN02950533-W 20121219/121217234621-4bf47994c526b5de14f09cfe7d374e8e (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 |