SOLICITATION NOTICE
20 -- CGC EAGLE FORMAST SCAFFOLDING
- 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
- 2119409Y6179J01002
- Archive Date
- 11/28/2018
- 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
- (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 2119409Y6179J01002 applies, 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 238990 and the business size standard is $15.0 million dollars. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. ITEM 0001 - Services. CG EAGLE FOREMAST SCAFFOLDING. Contractor shall supply all labor and materials to erect scaffolding, and scaffolding shall be completely erected in five (5) calendar days in accordance with the below Statement of Work. STATEMENT OF WORK Contractor is to supply all labor and materials to erect scaffolding. Scaffolding must be of Safeway systems type or compatible. When erecting the staging, place substantial wood pads where each part the staging contacts the vessel's decks, in order to distribute weight of the staging over at least a four foot area, and to protect the decks. System shall allow complete access to remove and reinstall sheave attached to foremast vertical post located where the foremast meets the topgallant mast about 70 feet from the 01 level. The yard arms and rigging shall be staged around so they can be left on the foremast. The CG Yard will provide material handling services at jobsite. Contractor shall start installing Scaffolding on December 10 2018 and be complete within five working days. Contractor shall start to remove scaffolding on January 3 2019 and must be removed within five working days. Scaffolding system must meet OSHA regulation 29 CFR 1915 SUB PART E. All interested vendors must attend a mandatory site visit in order to submit a quote. PRICING: 1 JOB $¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬________________________________ The closing date and time for receipt of quote is 27 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. ALL INTERESTED VENDORS ARE REQUIRED TO ATTEND A MANDATORY SITE VISIT ON 20 NOVEMBER 2018 AT 8:00 A.M. EASTERN STANDARD TIME. POC FOR SITE VISIT IS MICHAEL GRIFFITH, 410-636-7093, Michael.r.griffith@uscg.mil. ALL VENDORS THAT WILL ATEND SITE VISIT MUST CONTACT MR. GRIFFITH TO BE ADDED TO FRONT GATE RAPIDGATE LIST. PLESE 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, December 10, 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. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) d. 52.219-13, Notice of Set-Aside Orders (Nov 2011) e. 52.219-28, Post Award Small Business Program Representation (Jul 2013) f. 52.222-3, Convict labor (June 2003) (E.O. 11755) g. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) h. 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246) i. 52.222-36, Affirmative Action for Workers with Disabilities (July 2013) (29 U.S.C. 793) j. 52.222-50, Combating Trafficking in Persons (March 2015) k. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2013)(31.S.C. 3332). n. 52.222-41, Service Contract Act of 1965 (Aug 2018) (41 U.S.C. 351, et seq.). o. 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.). p. 52.233-3 Protest after award (Aug. 1996.) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2010). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUESTIONS ARE DUE NLT 1:00 PM EST ON 6/28/2013. QUOTES ARE DUE BY 12:00 NOON EST on 11/27/18. 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/2119409Y6179J01002/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN05149184-W 20181111/181109230635-4f1b4f756c1731dbb28d5ed73017f6e7 (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 |