BOW TO STERN GRIT REMOVAL/DISPOSALS
MULTI VESSEL BOW TO STERN GRIT REMOVAL/DISPOSALS. APPROXIMATELY 50 TONS FROM EACH VESSEL. SEQUENCE #11-#20 (i) This is a combined synopsis/solicitation for a service contract, prepared in accordance w... MULTI VESSEL BOW TO STERN GRIT REMOVAL/DISPOSALS. APPROXIMATELY 50 TONS FROM EACH VESSEL. SEQUENCE #11-#20 (i) This is a combined synopsis/solicitation for a service contract, 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 2119409Y6179K08001 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 2005-101 (OCT 2018). This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 562119 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. STATEMENT OF WORK ATTACHED. ITEM 1) HULL #11 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 05/17/19 TOTAL AMOUNT: _______________ ITEM 2) HULL #12 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 06/14/19 TOTAL AMOUNT: _______________ ITEM 3) HULL #13 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 07/12/19 TOTAL AMOUNT: _______________ ITEM 4) HULL #14 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 08/09/19 TOTAL AMOUNT: _______________ ITEM 5) HULL #15 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 09/06/19 TOTAL AMOUNT: _______________ ITEM 6) HULL #16 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 10/04/19 TOTAL AMOUNT: _______________ ITEM 7) HULL #17 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 11/01/19 TOTAL AMOUNT: _______________ ITEM 8) HULL #18 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 12/06/19 TOTAL AMOUNT: _______________ ITEM 9) HULL#19 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 01/03/20 TOTAL AMOUNT: _______________ ITEM 10) HULL#20 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. QUANTITY: 1 JOB PERFORMANCE START DATE: 02/07/20 TOTAL AMOUNT: _______________ ****ALL OR NONE APPLIES TO THIS RFQ***** (iv) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. (v) 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 (OCT 2018). 1. Parties responding to this solicitation may submit their offer 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 no more than three relevant past performance history including: contract number, point of contact and the contact information. Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. 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 ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (vi) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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 best value. The evaluation and award procedures in FAR 13.106 apply. (vii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. (viii) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. (ix) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2019). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (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)(31.U.S.C. 6101 note). c. 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION) d. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). e. 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644r). f. 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637 (a)(14). g. 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632 (a)(2). h. 52.222-3 Convict labor (June 2003) (E.O. 11755) i. 52.222-21, Prohibition of Segregated Facilities (April 2015). j. 52.222-35, Equal Opportunity for Veterans (OCT 2015)(38 U.S.C. 4212). k. 52.222-26 Equal Opportunity (September 2016)(E.O. 11246) l. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). m. 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 ande E.O. 13627). n. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). o. 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). p. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). q. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.). r. 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.). s. 52.233-3 Protest after award (Aug. 1996) t. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). u. 52.204-7, System for Award Management (OCT 2018) (x) Defense Priorities and Allocations System (DPAS): N/A (xi) QUOTES ARE DUE BY 12:00 NOON EST on Tuesday, February 26, 2019. Quotes may be emailed to kathleen.m.lechert@uscg.mil. POC is Kathy Lechert, Procurement Agent/Contracting Officer, 410-762-6920. PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. *PLEASE NOTE - NEW RECEIVING HOURS* Please direct all payment and invoicing inquiries to the U.S. Coast Guard FINCEN, Customer Service @ Telephone number 757-523-6940 or Fax No. 757-523-6904 or email address FIN-SMB-YARDTEAM@USCG.MIL . **ELECTRONIC INVOICING** http://www.fincen.uscg.mil/secure/web invoices cgyard.htm
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »