Combine Solicitation – TEMPORARY BERTHING & MESSING FOR CGC MIDGETT (WHEC 726)
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: TEMPORARY BERTHING & MESSING FOR CGC MIDGETT (WHEC 726)
Classification Code: 99 - Miscellaneous
Solicitation Number: HSCG85-14-R-P45P84
Contact: Valerie S Rivera-Chase, Contracting Officer, Phone (510) 637-5972, Fax (510) 637-5978, Email [email protected] -
Setaside: Total Small BusinessTotal Small Business
Place of Performance Country: US
Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Streamlined Procedures For Evaluation and Solicitation for Commercial Items, and 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 is HSCG85-14-R-P45P84 is issued as a Request for Proposals. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-75. This is a total small business set-aside. The NAICS Code applicable to this procurement is 721110 with a size standard of
Each offeror shall furnish the information required by the solicitation, which includes:
1. Price Schedule filled out with a cost associated with each work items. 2. Past Performance Documents 3. Technical Evaluation Factors 4. Small Business Self Certification for applicable set aside 4. Proof of Insurance (Statement of coverage from current insurance carrier)
MAILED and E-MAILED offers will be accepted. FAXED OFFER will NOT be accepted. E-mailed proposals will be sent to: [email protected]. Please note, proposals that do not include all required documents may be considered incomplete and will not be considered in the evaluation process of the requirement.
ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about
QUESTIONS AND REQUEST FOR DRWAINGS: The last day to ask clarifications regarding this requirement is
Period of Performance:
Closing date/time for submission of offers is
Submit responses to:
Electronic offers by email to [email protected] are acceptable and encouraged.
This solicitation incorporates by reference FAR 52.212-1, 52.212-4, 52.212-3, 52.212-5 and their addenda.
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
52.232-40, Providing Accelerated Payment to Small Business Subcontractors (
The Contracting Officer or Contracting Officer's Representative (COR) may issue a Contract Deficiency Report (CDR), SFLC Form 005. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved by the Contracting Officer, to the COR. The COR will comment on the Contractor's response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the Contractor and Availability Program Manager. The Contracting Officer will render a final determination and provide it to the Contractor and COR in writing.
CONTRACTING OFFICER'S AUTHORITY
No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.
CONTRACTOR PERFORMANCE EVALUATION
The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award.
(b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 30 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system at https://www.cpars.csd.disa.mil.
(c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customers satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer.
(d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor.
METHOD OF PAYMENT AND INVOICING INSTRUCTIONS
INVOICE SUBMISSION PROCESS: 1. The Contractor shall prepare a proper invoice IAW FAR clause 52.212-4, and in addition to the information required by FAR 52.212-4(g) as cited in the contract. All invoices shall be itemized to correlate to the Schedule of Supplies/Services.
(A) The Government will make payment under this contract based on a percentage or stage of completion. The Contractor may invoice each contract line item (CLIN) as work progresses. The amount invoiced shall be calculated based on those prices stipulated in the contract Schedule of Supplies/Services as follows:
(B) A CLIN may not be invoiced until the percentage complete reaches 25 percent. Future invoices for that CLIN have no limitation as to the percentage of completion required before invoicing. (The minimum percentage of completion (25%) to be reached prior to billing each CLIN may be waived by the Contracting Officer on a case by case basis for large dollar CLINS.)
(C) In addition to the information required by FAR 52.212-4 (g) Invoices shall include: 1) Contract Number, Delivery Order/Task Order Number, DOC Number 2) Name and Address of the Contractor 3) Invoice Number and Invoice Date 4) DUNS Number 5) Name of the Contract Specialist and Contracting Officer's 6) Invoice Routing Code (IRC): SFLC-2 7) Indicate Small Business Status 8) Indicate if Final Invoice. The Contractor's final invoice submitted under the contract must be marked as follows:
THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER CONTRACT NUMBER (to be assigned upon contract award). 9) The percentage of completion for each CLIN identified; 10) Vessel name; 11) The overall percentage and dollar amount previously billed, currently billed and unbilled; 12) Shipping and Payment Terms; 13) Name, title, phone number, and mailing address of person to be notified in the event of a defective invoice. All information must be included in an invoice for it to constitute a proper invoice. All improper invoices will be rejected which could delay payment.
2. The Contractor shall forward invoices via e-mail [email protected] or in person to the Contracting Officer's Representative (COR). 3. The COR shall review and verify invoices, sign the invoice and return the invoice to the Contractor.
4. The Contractor shall complete the Contractor Invoice Submission Form (sample attached).
5. The Contractor shall submit the Contractor Invoice Submission Form, a PDF file of the invoice, and any necessary documents for supplies or services via the U.S. Coast Guard Finance Center website at: http://www.fincen.uscg.mil/centralinv/central_inv_contr.cfm
Contractor Invoice Submission Form Directions: Please complete as much information as possible. All blocks in red text are required entries.
Note: Web-Invoices are accepted only for Coast Guard Contracts over the Simplified Acquisition Threshold (Document Type 24).
THIS
Invoice Information Invoice Routing Code: (help) Invoice Number: (help)
Contract Number: (help) Invoice Date: (help)
BPA Number: (help) Invoice Amount: (help)
Delivery/Task Order Number: (help) Discount Terms: %
Discount Days: Net Days: (help)
Company Information Attachment of Official Invoice Company Name: (help)
DUNS: Plus 4: (help)
Point of contact Name: (help)
Point of contact Email: (help)
Phone: (help) Fax: (help)
Please verify your entry on the next page. Attach invoice and any supporting documentation after verification. * Attachment must be a single PDF file no larger than 3 MB. Grey-scale PDFs are not compatible. This will be our official invoice. Supporting documentation must be combined in the single PDF file or submitted to your contracting office separately via email. * Need help creating a PDF file Click here for instructions.
6. The Contractor must select the correct Invoice Routing Code for timely invoice processing. The Invoice Routing Code for this contract is SFLC-2.
7. Visit the U.S. Coast Guard Finance Center Website for instructions regarding invoice attachments. http://www.fincen.uscg.mil/centralinv/central_inv_contr.cfm
8. A copy of the invoice and any supporting documentation shall also be e-mailed to the following individuals: [email protected]
Additional work verbally agreed to by the parties that has not yet been incorporated into the contract by modification shall not be included in an invoice. Payments will not be made for any work to which a modification has not been properly executed. Invoices submitted for payment that includes such a request will be reduced by the unmodified amount
NOTE: 10% OF THE TOTAL CONTRACT PRICE WILL BE WITHHELD UNTIL ALL DELIVERABLES, REQUIRED BY THE CONTRACT, ARE RECEIVED AND ACCEPTED.
FURTHER CONSIDERATIONS WITH INVOICING:
In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received: (1) On the later of: (i) For invoices that are mailed the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt. (ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or (ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless- a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date; (2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or (3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice. (4) Web based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice. (5) For inquiries and payment status please visit https://fincen.uscg.mil/secure/payment.htm The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR), (see FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (
All payments for partial performance rendered by the Government under this contract are based on the assumption that the Contractor will, in good faith, execute and honor all payment terms entered into between it, the Prime Contractor, and any subcontractor thereof in the performance of this contract. The Contractor hereby acknowledges the Government's right to reduce or suspend progress payments based on non-payment in accordance with any payment terms of the subcontract agreement.
Any amount deemed not payable will be deducted from the Contractor's invoice. Deducted amounts may be resubmitted on the next invoice for reconsideration
PROGRESS PAYMENTS
A. The Contractor may invoice requesting progress payments without discount, other than any prompt payment discount offered, not more frequently than every two weeks.
B. The invoice amount should reflect the percentage and dollar amount of completion established by the cutter's appropriate weekly progress report. Payments shall be derived from the accomplished percentage of completion as determined by the Contracting Officer.
D. The contractor shall be paid the remaining amount due upon completion and acceptance of all work under this contract.
(8) WAGE DETERMINATION:
Wage Determination No. 95-0723 (Rev. -16) dated
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (
FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
The Government contemplates award of a firm-fixed price contract resulting from this solicitation.
FAR 52.233-2 SERVICE OF PROTEST (
1. Performance plans 2. quality control or contractor quality assurance plans 3. personnel recruitment and training plans 4. workload factors for manpower utilization 5. management plan for handling peak workloads 6. production capability:
a. plant facilities and equipment b. purchasing and subcontracting c. labor resources d. performance record e. ability to meet delivery schedules f. ability to perform production work in accordance with the specifications.
7. environmental/energy considerations 8. plant safety 9. technical and/or professional abilities 10. accounting systems 11. security clearance 12. government property control (b) Offerors are advised that accomplishment of this survey is a part of the evaluation process and is not to be construed as an indication that a bidder will receive or is in the best position to receive the resultant award.
REQUIREMENTS FOR SUBMISSION OF PROPOSALS
A. Offeror must submit two (2) paper copies of the Pricing Sheet separate from the Technical & Past Performance proposals. Prices must be submitted in accordance with the format prescribed in the Schedule of Supplies/Services - Prices.
B. Offeror must submit two (2) paper copies of the Technical & Past Performance proposal separate from the Pricing Sheet
Past Performance
The offeror shall provide past or current contracts (including federal, state, and local government and/or private) for efforts similar to the scope of work in this solicitation. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The offeror is further reminded that the source selection authority shall determine the relevance of similar past performance information. The offeror shall limit this information to no more than five contracts performed within the last three years, each listed separately. The offeror is requested to provide this information in the following format for each contract: a. Name of contracting agency/ customer b. Agency/customer point of contact (include phone number and email address) c. Contract number d. Contract award date e. Contract completion date f. Contract value (original and final)
If subcontracting arrangement is proposed, the above data must also be provided for each first tier subcontractor. If a joint effort or teaming arrangement is proposed, highlight previous experience with the proposed team or subcontractor.
The past performance evaluation will take into account the guidelines outlined at FAR 15.305(a)(2) Past Performance Evaluation. The Contractor's past performance will be evaluated according to the following factors and questions: - - Quality of Product or Service Did the customer get what was specified Did the customer consider the final product high in quality If warranty issues arose, were they promptly corrected - Schedule Was the contract completed on time If not, reason why not (growth work, Contractor delayed, government delayed ) - Business Relations How was the customer service Was the Contractor committed to customer satisfaction Would you use this company again (Why/Why not) - Management of Key Personnel Were subcontracts involved Comments
In evaluating Contractors past performance, the government intends to also review U.S. Coast Guard Contractor Performance Assessment Reports and other existing past performance ratings on relevant contracts. General trends in a Contractor's performance will also be considered.
Additionally, unofficial past performance information (PPI) may be submitted via customer questionnaires, see Attachment 4. The Contracting Officer will not interpret or otherwise construe the final customer ratings - they will be taken at face value. However, greater legitimacy will be conferred on relevant, well-documented official federal reports since such reports will demonstrate that the assessor has justified his/her ratings.
Consistent with FAR 15.306(a) & (b), offerors may provide information on adverse past performance information to which the offeror has not previously had an opportunity to comment. SUBMISSION OF TECHNICAL PROPOSAL a. Offeror shall maintain and submit a detailed safety and security plan/physical security plan. Safe, secure, and quality lodging for
b. Offeror shall provide proof that lodging is located within 15 mile driving radius of the vessel's location during the period of performance. CGC MIDGETT will be located in Vigor Marine,
c. Offeror shall provide proof that lodging facility(s) is listed on the Hotel/Motel Master List for Fire Safety act of 1990.
d. Offeror shall provide proof of meeting the requirements of TWO (2) diamonds for an
e. Offeror shall provide a parking plan and state in proposal free parking for up to three (3) vehicles will be provided.
f. Offeror shall provide state in proposal that rooms, facility and service will meet the list of requirements cited in the statement of work. Each requirement shall be addressed individually in the proposal.
g. Offeror shall provide and state in the proposal that staggered arrival will be allowed and room(s) shall remain open for late arrival.
h. Offeror shall provide that dining facilities must be 2 miles of the lodging facility.
i. Offeror must submit with the proposal menu(s) and addresses of restaurants to be utilized under this requirement. There is a minimum of five (5) restaurants near the lodging facility and minimum of five (5) restaurants near the shipyard location. (NOTE: Government has the option to request removal or add additional restaurants.
FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (
a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Price 2. Past Performance 3. Technical
Past Performance and Technical is weighted approximately equal to price.
In selecting the best overall offer, the Government will consider the value of each offer in terms of the evaluated technical quality offered for the price. The relative quality of offerors will be based upon their ability to meet or exceed the minimum performance requirements of this solicitation resulting in less risk of nonperformance, defective performance, and late performance under the resulting contract. The quality in past performance offers will be compared with differences in the overall price to the Government.
Price will not be a numerically weighted factor in the evaluation of proposals. If the two or more highest rated past performance proposals are considered to be essentially equal in terms of technical competence, price may become the determinative factor in making an award.
The Government reserves the right to award a contract on the basis of evaluation of the original submission without discussions or call for Final Proposal Revisions.
b. Evaluation Factors:
Factor 1, Price: The total evaluated price of the offeror will be determined by totaling the proposed prices of all the CLINs. An assessment of the reasonableness of proposed prices shall be made. Techniques and procedures described under FAR 15.404-1(b) and as supplemented will be the primary means of assessing proposal reasonableness.
Factor 2, Past Performance: This factor evaluates recent past performance on relevant work similar to the scope of work in this solicitation. Recent past performance is considered to be within the last three (3) years. In evaluating past performance, the Government will consider the information in the Offeror's proposal as well as information gathered from other sources including former customers, Government agencies, federal databases and other references.
The Government will determine relevance of past performance information (PPI) for each offeror.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance, but will be assigned a neutral rating.
FACTOR 3, TECHNICAL EVALUATION:
The following factors shall be used to evaluate offers. Offerors must meet the following factors at a minimum:
TECHNICAL EVALUATION FACTORS
1. Safe, secure, and quality lodging for
3. Offeror shall be listed on the Hotel/Motel Master List for the Fire Safety Act of 1990.
4. Offeror shall at a minimum meet the requirements of two (2) DIAMONDS for an
5. Offeror shall provide free parking for up to three (3) vehicles.
6. Offeror shall provide rooms(s) facility and service that will meet the list requirements in the specification.
7. Offeror shall provide staggered arrival and room(s) shall remain open for late arrivals.
8. Offeroror shall provide dining facilities within 2 miles of the lodging facility.
9. Offeror shall provide menus and addresses of restaurants for this requirement. There is a minimum of five (5) restaurants near the lodging facility and minimum of five (5) restaurants near the shipyard. (NOTE: The Government has the option to request removal or add additional restaurants.
c. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
Link/URL: https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-14-R-P45P84/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 13278 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News