SOLICITATION NOTICE
20 -- GRIT REMOVAL - STATEMENT OF WORK
- Notice Date
- 7/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management 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
- 2117407Y6177K09005
- Point of Contact
- STEVEN D. POWELL,
- E-Mail Address
-
STEVEN.D.POWELL@USCG.MIL
(STEVEN.D.POWELL@USCG.MIL)
- Small Business Set-Aside
- N/A
- Description
- SOW THE USCG SURFACE FORCES LOGISTICS CENTER/COAST GUARD YARD HAS A REQUIREMENT TO PROCURE THE ITEM(S) NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO STEVEN.D.POWELL@USCG.MIL. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-74(MAY 2014) 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 562998 and the Small Business Size Standard is $7.5 MIL. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1 The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 03AUGUST2017. 12:00PM Eastern Standard Time. QUOTE MUST BE SENT TO STEVEN.D.POWELL@USCG.MIL Item 1: GRIT REMOVAL ON USCGC STEELHEAD-LOCATED AT THE USCG YARD IN BALTIMORE, MD. QTY: 1 JB PERIOD OF PERFORMANCE: 09AUGUST2017-17AUGUST2017 DESCRIPTION DATA: Bow To Stern Grit Removal: Approx 50 Tons from CGC Steelhead. GRIT REMOVAL AND DISPOSAL The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal Services, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this order, if no standards are specified then to a commercially reasonable standard. Blast grit removal and disposal inside the Bow to Stern Big Top enclosure and onboard CGC Steelhead to include: the entire concrete ground; the enclosure's steel wheels and wheel track channels; the surfaces, angles and six feet of the steel ship lift cradle; dust collector drums; the ship's exterior main deck and Lazarette (2-22-0-E), and the gangway and stair/steps tower to the ship. Approximately 50 tons (by weight) of grit is to be removed. Contractor must have the capability of removing 15 tons a day. All grit shall be removed regardless of condition; including wet and compacted grit which might require the use of shovels and other removal methods beyond vacuuming. Period of performance will be from 08/09/2017 to 08/17/2017. Work hours will be between 6:30 PM and 7:00 AM. Unless notified directly by the Ship Superintendent, work shall be performed every day, including weekends, regardless of the amount of grit present. On the last day of the performance period, and after removal of all sand blasting grit from designated areas, the contactor shall vacuum clean the ground and steel wheel track channels to a broom swept condition. Broom swept is defined as free of all visible dirt, dust and debris. **See Photos below for examples of unacceptable final condition. Refer to Statement of Work for complete description. ADDRESS FOR SERVICE: USCGC STEELHEAD USCG Surface Forces Logistics Center, USCG YARD, 2401 Hawkins Point Rd, Baltimore, MD, 21226 It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.o.s, proclamations, and statutes 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 Contractor is responsible for the accuracy and completeness of the data within the SAM database and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through: https://www.acquisition.gov or be calling 866-606-8220, or 334-206-7828 for internationalcalls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/2117407Y6177K09005/listing.html)
- Place of Performance
- Address: USCGC STEELHEAD, USCG Surface Forces Logistics Center, USCG YARD, 2401 Hawkins Point Rd, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN04601995-W 20170729/170727233513-177be8776787e4d611498778dddc255f (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 |