MODIFICATION
J -- Repair and Reconfiguration of the S/V SWART
- Notice Date
- 8/31/2015
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-15-T-0040
- Response Due
- 9/15/2015
- Archive Date
- 10/30/2015
- Point of Contact
- Carol Jayroe, 9102514110
- E-Mail Address
-
USACE District, Wilmington
(carol.b.jayroe@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ***Amendment 0001 - As of 31 August 2015, a revised Quote Worksheet, entitled REVISED QUOTE WORKSHEET has been added, and should be used for quote submission.*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This notice is being posted as an avenue to provide Request for Quotes, W912PM-15-T-0040. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a 100% small business set-aside. The solicitation number is W912PM-15-T-0040, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 336611 with a small business size standard of 1,000 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83. Description of Requirement: The U.S. Army Corps of Engineers Wilmington District requires a contract for the following services: the contractor shall furnish all labor, materials, and services to the U.S. Army Corps of Engineers, Wilmington District, to repair and reconfigure the S/V SWART to include the following: Re-fit of insulation in the engine room and underside of the main cabin sole; Removal and replacement of both Marine Reduction gears and associated propulsion components; Removal and re-fit of both main engines in a traditional straight shaft configuration; Removal, re-fit and replacement of propulsion shafting, strut assemblies, associated hardware and rudders and steering systems. Qualifications of Contractor: The contractor shall have a facility to accommodate the haul-out and repairs of the vessel within 50 nautical miles of Morehead City, NC, shall be ISO 9001:2008 and AS9100-C certified for the design and manufacturing of aluminum vessels, and shall have past experience performing repair and re-configuration services for aluminum vessels. The address of the Contractor's facility, copies of certifications, and examples of experience shall be submitted with the final quote in order to be evaluated. Experience must be submitted in the form of two (2) documented projects over the last five (5) years. The submittals can be very brief, but must include the point of contact for the customer for which the work was done. Contract Line Items: Quotes shall include the CLINs listed in the SF1449. Period of Performance: The vessel will be delivered by USACE personnel to the Contractor's facility within twenty (20) days of contract award. All labor, materials, and work shall be completed within one-hundred eighty (180) days of vessel delivery to the contractor's facility. Site Visit: Site visits may be arranged during normal duty hours by contacting: Name: John Crabtree Address: 69 Darlington Ave., Wilmington, N. C. 28403 Telephone: 910-251-4913 AT-OPSEC Requirements for the Contract: Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. quote mark For contractors who do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. quote mark *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. Wage Determinations: U.S. Department of Labor Wage Determination Number 2005-2393, Rev 17, dated 07/08/2015, is hereby incorporated into this contract. Wage Determinations are available on line at www.wdol.gov or at http://www.wdol.gov/sca.aspx. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government -- Alternate I 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.203-16 Preventing Personal Conflicts of Interest 52.204-2 Security Requirements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors - Commerical Items 52.212-2 Offeror Representations and Certifications - Commerical Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commerical Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations On Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards And Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-4002 U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH MANUAL, EM 385-1-1 52.225-1, Buy American--Supplies 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, Alternate III 52.225-5, Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work On A Government Installation 52.229-2 Alt I North Carolina State and Local Sales and Use Tax - Alternate I 52.229-3 Federal, State And Local Taxes 52.232-23 Assignment Of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.242-13 Bankruptcy 52.245-1 Government Property 52.245-9 Use And Charge 52.246-25 Limitation Of Liability--Services 52.249-2 Termination For Convenience Of The Government (Fixed-Price) 52.249-8 Default (Fixed-Price Supply & Service) 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7007 Alternate A, Annual Representations and Certifications 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.217-7010 Performance 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate. 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference For Certain Domestic Commodities 252.225-7021 Trade Agreements--Basic 252.225-7031, Secondary Arab Boycott of Israel 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer 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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: i. Provide proof of ISO 9001:2008 and AS9100-C certifications for the design and manufacturing of aluminum vessels ii. Provide evidence of past experience performing repair and re-configuration services to aluminum vessels. This experience must be submitted with the quote in the form of documentation of two (2) successfully completed technically similar projects over the last 5 years. The submittals can be very brief, but must include the point of contact for the customer for which the work was done. Failure to provide this documentation may render the vendor non-responsive and the quote may no longer be considered for the procurement. iii. Ownership of facility to accommodate the haul-out and repairs of the vessel within 50 nautical miles of Morehead City, NC. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FIRM FIXED PRICE contract resulting from this solicitation. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of provision) 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/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of clause) Quotes are due not later than 2:00 pm, Eastern Daylight Time, 15 September 2015. You are encouraged to submit quotes electronically: carol.b.jayroe@usace.army.mil. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Carol Jayroe. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only Request for Quote that will be made for this requirement. To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the quote mark Additional documentation quote mark link below the Additional Information Heading. - Open ALL the attached PDF documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d74aec30be02f3ae80ceb1d21a4aee75)
- Place of Performance
- Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
- Zip Code: 28403-1343
- Zip Code: 28403-1343
- Record
- SN03863444-W 20150902/150831235239-d74aec30be02f3ae80ceb1d21a4aee75 (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 |