SOLICITATION NOTICE
J -- USCGC STRATTON (WMSL 752) Dockside Repairs FY18 FQ3 - Solicitation Package
- Notice Date
- 1/23/2018
- 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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- 70Z08518RP4502000
- Archive Date
- 3/10/2018
- Point of Contact
- Jake M. Apolonio, Phone: (510) 637-5416, Wilma L. Estrada, Phone: 510.637.5981
- E-Mail Address
-
jake.m.apolonio@uscg.mil, Wilma.L.Estrada@uscg.mil
(jake.m.apolonio@uscg.mil, Wilma.L.Estrada@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - Specifications This is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Parts 12.6, Part 13.5 (Simplified Procedures for Certain Commercial Items), and with elements of Part 15 as supplemented with additional information included in the notice. Solicitation number is 70Z08518RP4502000 is issued as a Request For Proposals (RFP). This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96. This is a Small Business set aside. The NAICS Code is 336611 with a size standard of 1250 employees. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for DS repairs aboard USCGC STRATTON (WMSL 752) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include ship repair and associated support work, and may include work that is not currently listed as Definite Items. A complete list of contract line item numbers and items, quantities and units of measure is included as ATTACHMENT 2. The Contractor shall furnish all the necessary labor, material services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside repairs in accordance with the solicitation, and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the close date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The anticipated period of performance will be from April 2, 2018 through June 18, 2018. Funds are not currently available. No award will be made until funds are available. The provision at 52.212-1, Instruction to Offerors - Commercial Items (January 2017) Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation -Commercial Items (October 2014), applies to this acquisition. More information about the evaluation criteria is located in ATTACHMENT 3. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (January 2017) Addendum, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2017), applies to this acquisition. ATTACHMENT 3 identifies the additional FAR clauses cited in this clause that are applicable to the acquisition. Please see ATTACHMENT 3 for a full listing of contract requirements. GEOGRAPHIC RESTRICTION: N/A INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: 1.Offeror's address, DUNS number 2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.3 of this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite. Insert unit prices in all CLINS listed in the schedule. 3. Small Business Self Certification for applicable set-asides 4. Welding Certifications and Procedure 5. Proof of Insurance (statement of coverage from current insurance carrier) 6. Any issued amendments to the solicitation. 7. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items. 8. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses and provisions which may contain blocks that must be completed. 9. Past Performance Proposal, as described in ATTACHMENT 3, pages 25 to 26. Solicitation Amendments. If applicable, Offerors shall acknowledge all Solicitation Amendments. Offerors shall complete Blocks 8 and 15(a-c) on all Solicitation Amendments (SF-30) issued by the Government and submit with their offer. All Solicitation Amendments will be posted on the FedBizOpps website for all potential offerors to view. Method to Submit Proposals Submit your proposal to the below mailing address or e-mail address; your proposal shall be received at or before the exact date and time specified in this solicitation. Offerors are encouraged to submit their offers via e-mail; however, large offers should be submitted to the mailing address. Do not submit offers via document sharing websites. Please confirm receipt of your offer by calling or e-mailing Jake Apolonio at (510) 637-5416 or jake.m.apolonio@uscg.mil. Facsimile proposals will not be accepted. Mailing Address: E-Mail: jake.m.apolonio@uscg.mil United States Coast Guard Surface Forces Logistics Center Contract & Procurement Division (C&P2-LRE) Attn: Jake Apolonio 1301 Clay Street Suite 800N Oakland, CA 94612 Offerors that elect to use commercial delivery services for delivery of task order proposals are advised that such delivery must be made to Suite 800N on the 8th Floor of the Oakland Federal Building by the delivery time provided in this RFP to be considered timely. Proposal Due Date Proposals are due No Later Than February XX, 2018 at 2:00 PM Pacific Standard Time. Period for Acceptance of Offers The offeror agrees to hold prices in its proposal firm for 90 calendar days from the Proposal Due Date, unless another time period is specified in an amendment to the RFP. Request for Clarification It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in the Request for Proposal. All questions/concerns regarding this Request for Proposal (RFP) shall be submitted in writing by filling in the attachment 4, Request for Clarification to the Contracting Officer at Jake.m.apolonio@uscg.mil no later than February XX, 2018 at 2:00 pm Pacific Standard Time. Follow-up/additional questions will not be accepted after this date. Offerors shall reference the RFP number and provide enough information in their e-mail so the Government can easily respond to their questions/concerns. Questions/concerns will be compiled and addressed on an "Amendment of Solicitation" (SF-30) and will be released to the posted potential offerors. Responses to questions/concerns will be available after the due date for questions/concerns has past. *DO NOT ask or submit questions/concerns regarding this RFP to any other USCG personnel (e.g., COR, program manager, etc.).* PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about March XX, 2018, based on the availability of funds. Work covered by this solicitation shall be completed within 88 calendar days from the date the vessel becomes available to the Contractor (April 2, 2018 - June 18, 2018). All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the day of the scheduled start date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification - Rev-0, 28 November 2017) ATTACHMENT 2 - Schedule of Supplies/Services ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 4 - Request for Clarification ATTACHMENT 5 - Government Property Report Contracting Office Address: 1301 Clay St., Suite 807N Oakland, California 94612-5249 United States Place of Performance: The place of performance will be at the cutter's homeport, Coast Guard Island, Alameda CA 94501 United States Primary Point of Contact.: Jake M. Apolonio, Contracting Officer jake.m.apolonio@uscg.mil Phone: 510.637.5416 Fax: (510) 637-5970
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08518RP4502000/listing.html)
- Place of Performance
- Address: Coast Guard Island, Alameda, California, 94510, United States
- Zip Code: 94510
- Zip Code: 94510
- Record
- SN04797160-W 20180125/180123231407-245ca64cbf7c32c08a380a5aa45349fe (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 |