Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

J -- FY 20 Dockside Repairs of CGC Douglas Munro (WHEC 724) and CGC ALEX HALEY (WMEC 39)

Notice Date
2/13/2020 3:33:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520RP4503000
 
Response Due
3/3/2020 2:00:00 PM
 
Archive Date
03/18/2020
 
Point of Contact
Valerie S Rivera-Chase, Phone: 5106375972, Fax: 5106375978
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil
(Valerie.S.RiveraChase@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation 70Z08520RP450300 for commercial items prepared in accordance with the format in FAR Subpart 12.6, with the elements of Part 15 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number 70Z08520RP4503000 is issued as a Request for Proposals.� This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04 effective 15 January 2020.� This is a 100% total small business set-aside. �The NAICS Code applicable to this procurement is 336611 with a size standard of 1250 employees for the requirement. �The contract will be awarded on a firm-fixed-price basis.� To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. � Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance.� Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). � Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester�s concerns are unresolved, an Independent Review is available by the Ombudsman.� The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government.� The agency�s goal is to resolve protests in less than 35 calendar days from the date of filing.� Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed.� To be timely protests must be filed within the period specified in FAR 33.103(e).� Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. � Election of Forum.� After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. � The Ombudsman Hotline telephone number is (202) 372-3695 � NOTICE TO OFFERORS 1.�������� This is a Request for Proposal (RFP) for the FY 20 Dockside Repairs of CGC DOUGLAS MUNRO (WHEC 724) and CGC ALEX HALEY (WMEC 39) both homeported in Kodiak, AK.� This requirement is for dockside repairs onboard CGC DOUGLAS MUNRO (WHEC 724) and CGC ALEX HALEY (WMEC 39) consisting of items in accordance with the attached specifications (ATTACHMENT 5).� Scope of work shall include ship repair and associated support work, and may include work that is not currently listed as Definite or Optional Items.� A full list of contract line item numbers and items, quantities, and units of measure, including options, 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 specification.� Failure to read the specification 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 the solicitation. 2.�������� The period of performance for each cutters are cited under the ADDENDUM clause entitled �Period of Performance� (Attachment 1). �All work under this contract will be performed onboard each respective cutters at their home moorage in Kodiak, AK. 3.�������� A full list of clauses and provisions which apply to this solicitation are found in ATTACHMENT 1. 4.�������� In order to be selected for award, offerors will be required to submit written offers consistent with the requirements of this solicitation.� Award will be based on evaluation factors outlined in FAR 52.212-2 Evaluation-Commercial Items.� 5.�������� Offerors must complete and submit all required documents applicable to this solicitation, with particular emphasis on Schedule of Supplies/Services � Prices, contract clauses, and 52.212-3, Offeror Representation & Certifications � Commercial Items, including all amendments issued under this solicitation. ��Contractors are required to offer prices for all items listed in Schedule of Supplies/Services-Prices, ATTACHMENT 2, to be considered. 6.�������� Offerors that elect to use commercial delivery services for delivery of proposals are advised that such delivery must be made directly to Suite 800N on the 8th Floor North of the Oakland Federal Building, 1301 Clay Street, Oakland, CA 03 March 2020 at 2:00 P.M., Pacific standard time.� Delivery of the proposal to any other location within the Federal building will not be sufficient or acceptable.� Mailed and e-mailed proposals will be accepted.� Facsimile proposals will not be accepted.� Emailed proposals shall be sent to Valerie.S.RiveraChase@uscg.mil or Wilma.L.Estrada@uscg.mil.� An Offeror that fails to meet any due date will be considered �late� in accordance with FAR 52.212-1(f). 7.��� ���� All prospective offerors are urged to visit the cutter and visually inspect each item of work and to become acquainted with local conditions, locations of items and fixtures, removals, replacements, interference and the nature of work.� CGC DOUGLAS MUNRO and CGC ALEX HALEY will not be available for ship check during the solicitation period. .� However, contractor(s) can ship check either CGC MELLON or CGC JOHN MIDGETT at the cutter�s home moorage in Seattle, WA.� Offerors are advised to contact ENG4 Travis Parks at (206) 217-6591 or via email Travis.S.Parks @uscg.mil or ENGR3 William Sanowski at (206) 217-6883 or via e-mail William.C.Sanowski@uscg.mil to make arrange to ship check either CGC MELLON or CGC JOHN MIDGETT.� 8.�������� QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made ����������� available upon request by email to the Contract Specialist, Valerie Rivera-Chase, ����������� at Vaerie.S.Riverachase@uscg.mil or Contracting Officer, Wilma Estrada, at ����������� Wilma.L.Estrada@uscg.mil.� 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 this ������ solicitation. �Requests for clarifications are due no later than 26 February 2020 at ����� 1:00 P.M., Pacific time.� See ATTACHMENT 3, Request for Clarification. �������� After ����������� this date and time, further requests may not be accepted or answered due �� to time constraints.� �Submission of questions and any resulting answers from the ���������� Government will not require the Contracting Officer to extend the solicitation ���������� closing date. Questions/concerns will be compiled and addressed on a Standard ������� Form 30, Amendment of Solicitation, and will be posted via http://beta.SAM.gov�� for viewing by all potential Offerors. ����� Access to Export Controlled Drawings:� Some references listed in this solicitation ����������� Specification, under ""Consolidated List of References"" are subject to export �������� control limitations, otherwise restricted distribution, have been deemed ""limited ���������� access,"" and ""export controlled"" documents. �In order to access these documents, ����� vendors must be certified as a US or Canadian contractor in the Joint Certification ������� Program (JCP), administered by the Defense Logistic Information Service ����������� (DLIS).� Instructions and procedures for being certified by JCP can be found at ����������� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.� Only those �� Contractors that have current certification by JCP will be granted explicit access � to these packages by the United States Coast Guard.� When requesting drawings,�� ���������� Contractors must include your JCP Certification Number.� 9.�������� Contractor(s) must ensure that the following DOCUMENTS and/or information are submitted with their proposal:: ����������� (i)�������� Offeror's address, DUNS number; ����������� (ii).������ ATTACHMENT 2, Schedule of Supplies/Services. �Please complete Items ���������� B.1 through B3. of this attachment. Base Contract Line Item Numbers (CLINS) ����������� are marked as ""D"" for Definite Items.� Insert unit prices in all CLINS listed in the �� schedule. ����������� (iii).����� Past Performance Proposal ����������� (iv)������ Small Business Self Certification for applicable set-asides. ����������� (v)������� Welding Certifications and Procedure (vi)������ Proof of Insurance (statement of coverage from current insurance carrier) ����������� (vii)����� Any issued amendments to the solicitation. ����������� (viii)���� A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items 11.������ ANTICIPATED AWARD DATE:� The contract is expected to be awarded on or about 16 March 2020.� Work covered by this requirement shall be completed within the respective period of performance for each cutter.� 12.������ Closing date/time for submission of offers is 03 March 2020 at 2:00 P.M., Pacific Standard Time.� � Submit responses to: U.S. Coast Guard Surface Forces Logistics Center 1301 Clay Street, Suite 800N Oakland, CA 96412 Attn:� Valerie Rivera-Chase Electronic offers by email to Valerie.S.Riverachase@uscg.mil or Wilma.L.Estrada@uscg.mil are acceptable and encouraged. ATTACHMENTS 1.�������� Continuation of Combined Synopsis/Solicitation Clauses; 2.�������� Schedule of Supplies/Services � Prices; 3.�������� Request for Clarification Form; 4.�������� Government Property Report; and 5.�������� Specification � USCGC DOUGLAS MUNRO (WHEC 724) Specification for Dockside Repairs FY 20 (Rev 1, dated 29 January 2020) and USCGC ALEX HALEY (WMEC 39) Specification for Dockside Repairs FY 20 (Rev.1, dated 28 January 2020).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0665c0893c8044fea74389e97549956c/view)
 
Place of Performance
Address: Kodiak, AK, USA
Country: USA
 
Record
SN05561825-F 20200215/200213230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.