SOLICITATION NOTICE
J -- LEAD REMEDIATION, CGC MOBILE BAY - STATEMENT OF WORK
- Notice Date
- 11/9/2018
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 2119409Y6138664002
- Archive Date
- 11/21/2018
- Point of Contact
- Lechert, Phone: 4107626920
- E-Mail Address
-
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK, LEAD REMEDIATION, CGC MOBILE BAY (i) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2119409Y6138664002applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (22 AUG 18). (iv) This procurement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 people. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. ITEM 1: - PERFORM LEAD REMEDIATIONS AUX 1 DECK. Perform lead paint remediation in location of Aux I Deck. Contractor must have certifications for the removals and disposals of lead paint. All work shall be completed in accordance with the attached Statement of Work. 1 JOB: tiny_mce_marker__________________ ITEM 2: PERFORM LEAD REMEDIATIONS AUX II DECK. Perform lead paint remediations in location of Aux II Deck. Contractor must have certifications for the removals and disposals of lead paint. All work shall be completed in accordance with the attached Statement of Work. 1 JOB: tiny_mce_marker________________ ITEM 3: PERFORM LEAD REMEDIATIONS FAN SPACE. Perform lead paint remediations in location of Fan Space. Contractor must have certifications for the removals and disposals of lead paint. All work shall be completed in accordance with the attached Statement of Work. 1 JOB: tiny_mce_marker______________ ITEM 4: PERFORM LEAD REMEDIATIONS SEWAGE TANK EXTERIOR. Perform lead paint remediations in location of exterior of sewage tank. Contractor must have certifications for the removals and disposals of lead paint. All work shall be completed in accordance with the attached Statement of Work. 1 JOB: tiny_mce_marker________________ The closing date and time for receipt of quote is 20 November 2018 @ 12:00 P.M. (EST). Quotes must be emailed to Kathleen.M.Lechert@uscg.mil. Pricing shall be submitted as 1 JOB, LUMP SUM PRICING FOR EACH LINE ITEM. ALL INTERESTED VENDORS ARE REQUIRED TO ATTEND A MANDATORY SITE VISIT ON 14 NOVEMBER 2018 AT 9:00 A.M. EASTERN STANDARD TIME. POC FOR SITE VISIT IS JONATHAN WHALEN AT 410-636-3745 OR AT Jonathon.t.whalen@uscg.mil. ALL VENDORS THAT WILL ATTEND SITE VISIT MUST CONTACT MR. GRIFFITH TO BE ADDED TO FRONT GATE RAPIDGATE LIST. PLEASE NOTE, IF YOUR COMPANY DOES NOT ATTEND THE MANDATORY SITE VISIT, YOUR QUOTE WILL NOT BE ACCEPTED. Security Requirements: The U. S. Coast Guard Yard, Baltimore, Md is a controlled access area. All contractors and subcontractors performing work on this contract shall utilize the RAPIDGate program. RapidGate manages a non-Common Access Credential (CAC) eligible vendor/contractor companies and their employees who require access to Coast Guard Yard, Baltimore. Vendor/Contractor CAC eligibility has been restricted to only those who require physical access to Coast Guard Yard and logical access to a DOD or DHS network or system. All personnel shall receive visitor's passes and clearance from USCG Coast Guard Security located at the main gate. List of personnel needing access shall be provided to the COR twenty-four (24) hours prior to requiring access. Personnel will be required to provide full name, picture I.D. (valid driver's license preferred), and date of birth. For non US citizen's, a passport will be required. The following forms of IDS are authorized: -CAC - Foreign Passport containing appropriate visas -TWIC - Green Cards - Passort - MOST state IDs The following state IDs will not be accepted -Maine - Missouri* -Minnesota - Washington* -Montana *Enhanced Driver's Licenses (EDL) from Missouri and Washington will be accepted. *PLEASE ENSURE THAT YOUR COMPANY DUNS IS PRINTED ON YOUR QUOTATION AND YOUR COMPANY'S WWW.SAM.GOV REGISTRATION IS CURRENT/ACTIVE/UP TO DATE* (i) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. (ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). 1. Parties responding to this solicitation may submit their offer, AFTER SITE VISIT, in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit one relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance on Monday, November 26, 2018. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAM, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (Jan 1999). -This is a commercial service acquisition. Award will be lowest price technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable cost. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2013). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) c. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) d. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) e. 52.219-13, Notice of Set-Aside Orders (Nov 2011) f. 52.219-28, Post Award Small Business Program Representation (Jul 2013) g. 52.222-3, Convict labor (June 2003) (E.O. 11755) h. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) i. 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246) j. 52.222-36, Affirmative Action for Workers with Disabilities (July 2013) (29 U.S.C. 793) k. 52.222-50, Combating Trafficking in Persons (March 2015) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). m. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). n. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2013)(31.S.C. 3332). o. 52.222-41, Service Contract Act of 1965 (Aug 2018) (41 U.S.C. 351, et seq.). p. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). q. 52.233-3 Protest after award (Aug. 1996.) r. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2010). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 NOON EST on 11/20/18. Quotes emailed to (preferred method) to Kathleen.M.Lechert@uscg.mil or may be faxed (410) 762-6008. (ix) POC is Kathleen Lechert, Contracting Officer 410-762-6920.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2119409Y6138664002/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN05148765-W 20181111/181109230443-e3a73abb40859781577400d143ddcbb1 (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 |