Combine Solicitation – DRYDOCKING & REPAIR: MLB 47232 NATIONAL MOTOR LIFE BOAT SCHOOL
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: DRYDOCKING & REPAIR: MLB 47232 NATIONAL MOTOR LIFE BOAT SCHOOL
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: HSCG40-14-Q-P30792
Contact:
Setaside: N/AN/A
Place of Performance (address): Per U. S. Coast Guard Pac Area Instruction 3100.1G, the vessel is restricted to an area no greater than 320 nautical miles from the MLB's home station, on navigable waterways and no open water transits.
Place of Performance Country: US
Description:
This is a combined synopsis/solicitation, HSCG40-14-Q- P30792, for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-70 (
It is the policy of the
Interested parties are encouraged to seek resolution of their concerns within the
INFORMAL FORUM WITH THE OMBUDSMAN: Interested parties who believe that a
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
Commandant (GG-913) U.S. Coast Guard Headquarters Procurement Planning & Oversight Division 1900 Half Street, SW, JR11-0203
DESCRIPTION OF WORK: (a) The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dry-docking repairs and alterations to the vessel, in accordance with this solicitation and attached specifications.
(b) Failure to read the specifications in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk.
(c) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) www.acquisition.gov and shall provide the company Tax Information Number (TIN) with their offer. Any Contractor's Requests for Clarifications shall be answered via amendment to the solicitation and shall be received no later than
Please email [email protected] to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email. Requests for drawings shall be received no later than
ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about
GEOGRAPHIC RESTRICTION: Per U. S. Coast Guard Pac Area Instruction 3100.1G, the vessel is restricted to an area no greater than 320 nautical miles from the MLB's home station, on navigable waterways and no open water transits.
CLIN
DESCRIPTION UNIT PRICE
UNIT
QTY EXTENDED PRICE D-001 Ultrasonic Testing (UT) Shots, Perform JOB 1 O-001AA Additional (30) Ultrasonic Testing (UT) Shots ,Perform JOB 1 D-002 Hull Plating, UW Body, Inspect JOB 1 D-003 Rub Rail, inspect - In Place JOB 1 D-004 Bulkhead 5 Penetrations, Inspect JOB 1 D-005 Appendages (UW), Leak Test JOB 1 D-006 Accessible Spaces, Inspect JOB 1 D-007 Tank (MP Fuel Service), Clean and Inspect JOB 1 D-008 Buoyancy Chamber(s), Clean and Inspect JOB 1 D-009 Mast, Inspect JOB 1 D-010 Propulsion Shafts, Remove Inspect and Install JOB 1 D-011 Water Lubricated Shaft Bearings, Renew JOB 1 D-012 Propellers, Remove Inspect and Reinstall JOB 1 D-013 Standard Hoses, Renew JOB 1 D-014 Sea Strainers - Duplex (All Sizes), Overhaul JOB 1 D-015 Diesel Fuel, Refill JOB 1 D-016 Fuel Root Valves, Renew JOB 1 D-017 Steering System, Inspect JOB 1 D-018 Rudder Assemblies, Remove and Reinstall JOB 1 D-019 Boat Outfit Storage, Provide JOB 1 D-020 U/W Body , Preserve (100%) JOB 1 D-021 Cathodic Protection / Zinc Anodes, Renew JOB 1 D-022 Marine Chemist, Provide JOB 1 D-023 Drydocking, Provide JOB 1 D-024 Throttle Levers (TCTO-MLB-47 TA6010), Modify JOB 1 D-025 Temporary Services, Provide JOB 1 D-026 Sea Trial Performance, Provide Support JOB 1 D-027 Sea Valves, Renew JOB 1 D-028 Steering System Piping, Replace JOB 1 O-029 Composite Labor Rate HOUR 1 D-030 GFP Report (NSP) NSP NSP NSP NSP O-030 Laydays DAY 1
PRICE TOTALS Insert totals of extended prices as indicated below:
Total Definite Item CLINS: $ Total Optional Item CLINs: $ (Excluding Composite Labor and Lay Days)
Composite Labor: $ Lay Days: $
TOTAL ALL: $
(1) ACCESSIBILITY OF CONTRACTOR'S FACILITY
The contractor shall provide a facility accessible from a navigable waterway at which a ship of the characteristics described in the attached specification can, using its own propulsion, safely arrive, lie afloat and depart at all states of the tide and at any time day or night. The facility and its approaches shall have a minimum water depth of 4.6' and a minimum vertical clearance of 24'6" The facility shall insure 2 (two) additional feet below minimum water depth at the pier per SFLC Standard Specification 0000 section 3.3.2.1.1.
(2) ACCESS TO VESSEL
(a) A reasonable number of officers, employees, and associates of the Government, or other prime Contractors with the Government, and their subcontractors, shall, as authorized by the Contracting Officer, have, at all reasonable times, admission to the plant, and access to vessel(s) to perform and fulfill their respective obligations to the Government on a noninterference basis.
The Contractor shall make reasonable arrangements with the Government or Contractors of the Government, as shall have been identified and authorized by the Contracting Officer, to be given admission to the Contractor's facilities and access to the vessel(s) and to office space, work areas, storage or shop areas, or other facilities and services, necessary for the performance of their respective responsibilities and reasonable to their performance. All such above personnel shall be required to comply with all Contractor rules and regulations governing personnel at its shipyard, including those relative to safety and security.
(b) The Contractor further agrees, as authorized by the Contracting Officer, to afford to a reasonable number of officers, employees, and associates of bidders on other contemplated work, the same privileges of admission to the Contractor's plant and access to the vessel(s) on a noninterference basis subject to all Contractor rules and regulations governing personnel in its shipyard, including those relative to safety and security.
(3) INDEMNIFICATION FOR ACCESS TO VESSELS
Notwithstanding any provision in the "Access to Vessels" clause, or any other clause of the contract, the Contractor agrees to allow officers, employees, and associates of the Government, or other prime contractors with the Government and their subcontractors, and officers, employees, and associates of quoters on other contemplated work, admission to the Contractor's facilities and access to the vessel without any further request for indemnification from any party, which has not been previously included in the contract price.
(4) 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.
(5) INSPECTIONS
Except as specified elsewhere, the
Records of all inspection work by the contractor shall be kept complete and available to the Government during the term of this contract and for such longer period as may be specified elsewhere in this contract.
The name and telephone number of the U.S. Coast Guard Inspector will be provided after the award of a contract resulting from this solicitation.
(6) MAINTAINING, REPORTING, AND DISPOSING OF GOVERNMENT PROPERTY IN THE PERFORMANCE OF A SHIP REPAIR CONTRACT
1. The Government Property Clause incorporated by reference delineates the contractor's overall responsibility when taking possession of government property in performance of a contract. In performance of this contract the contractor will be required to properly identify, track and control property within its possession. This includes, a) property furnished by the government (GFP) to the contractor in conjunction with specific CLIN Items. These items and their values are listed in the specification, b) property that is pre-existing in a location that during the course of performance will be replaced or renewed. 2. The items listed in the specification, as government furnished property will be provided in the quantities designated. Government furnished property may be provided in person by an official
3. The contractor shall complete the report provided herein, entitled, "Government Property Report". This report is intended as a living document whereby relevant fields shall be filled in, maintained and kept current at all times. All property described in paragraph 1 (a, and b) above shall be reported on the report. At contract completion the contractor and the Property Administrator shall ensure that all fields are appropriately completed. A signature block is provided at the end of the report for both parties to attest to the report's accuracy and completeness. The Government Property Report shall clearly delineate the complete track that all government property took over the course of the contract. This completed report must accompany the contractor's final invoice. Final payment may be delayed, without penalty of interest, until such time as the report is received. A separate copy of the completed report and any final DD 1149s or DD 1348s executed, as a result of carrying out disposition instructions shall be provided to the Property Administrator. 4. Pursuant to the Government Property Clause the authority to render disposition instructions of Government property associated with this contract is delegated to the Property Administrator. The contractor shall comply with all instructions in the contract for the return of government property to the
(7) GROWTH WORK
(a) The Contractor shall not perform growth work without the Contracting Officer's authorization. Growth work is work within the scope of the contract, which has not been previously priced as a pre-priced CLIN. The Contracting Officer reserves the right to contract for growth work on the basis of a negotiated, firm, fixed price, when it is in the best interest of the Government. If a firm-fixed price contract is awarded, and during the performance period a repair within scope is identified but the Contracting Officer and Contractor are unable to agree on the cost of the work, a bilateral modification may be incorporated into the contract using a Time and Materials modification for this specific repair. In this situation, FAR 52.212-4, Alternate I, will be incorporated.
(b) The Contractor shall furnish a price breakdown directly to the Contracting Officer, itemized as required by the Contracting Officer, of any proposal submitted for a contract modification. Unless otherwise directed, the breakdown shall be submitted on a Contractor Proposal Form provided at the arrival conference permitting an analysis of all materials, labor, equipment, subcontract, overhead costs, and profit covering all work involved in the change/modification whether such work was deleted, added or changed. Any amount claimed for subcontracts shall be supported by a separate, similar price breakdown. If the proposal includes a request for a time extension, justification shall be furnished with the proposal.
(c) This clause is to be used in conjunction with the clause COMPOSITE LABOR RATE incorporated into this solicitation. The Contractor is required to have and/or furnish all tools and equipment incidental to each bench trade. Supplies such as wiping rags, hacksaw blades, sandpaper, welding wire, helium, etc., are also to be furnished by the contractor. Other materials are to be charged at regular rates and prices currently in effect and as agreed to by the Contracting Officer. Material shall be best commercial quality available except where a precise specification is indicated in which case the specification shall apply, e.g., MILSPEC, FEDERAL SPEC.
(8) COMPOSITE LABOR RATE:
The composite labor rate offered shall be the sole labor hour rate used to price the prime contractor's direct labor hours for contract changes, i.e. growth work. The contractor shall not receive any compensation in addition to this rate for the prime contractor's direct labor associated with such changes under this contract.
(a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: Supervision and Management Planning and Estimating Material Handling Housekeeping Engineering Transportation/Drivers Quality Assurance Contract Administration Security Testing
(b) The composite labor hour rate will be applied to production labor hours only. Production labor hours include only those hours necessary and reasonable to perform direct production functions and do not include the hours expended on the support functions listed above. This exclusion of support function hours applies whether such support functions are normally charged directly or indirectly by the contractor's accounting system. These support functions are to be priced into the composite labor rate quoted and shall not be separately compensated.
(c) The Quantity of Composite Labor hours indicated in the Schedule of Supplies/Services, is only an estimate and is an Optional Item pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of additional hours that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule and its discretion during performance of the contract. The inclusion of this item does not obligate the Government to exercise the item nor entitle the contractor to compensation if not exercised.
(9) METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR
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:
An item/CLIN may not be invoiced until the percentage complete reaches 25 percent. Future invoices for that item/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 item/CLIN may be waived by the Contracting Officer on a case by case basis for large dollar items/CLINS.)
Invoices submitted by the contractor which are deemed not proper, in accordance with FAR clause, 52.212-4 will be returned.
(a) Each invoice shall contain the following information: (1) Name and Address of the contractor (2) Contract or Delivery/Task Order Number/Modification No. (3) Vessel name (4) Name of the Contract Specialist or Contracting Officer (5) Description, quantity, unit of measure, unit price and extended price (6) Percentage of completion for each CLIN identified (7) Shipping and Payment Terms (8) Invoice Routing Code (IRC) SFLC-3 (9) Annotate on the invoice indicating that the contractor represents a small business for accelerated payment purposes. (10) Data Universal Numbering System (DUNS) number
The Data Universal Numbering System (DUNS) number is the primary identifier in the System for Award Management (SAM), Contractors are located and identified in SAM by their Duns number. Therefore, to facilitate payment, the DUNS number shall be recorded on every invoice submitted to the US Coast Guard.
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 subsequent agreement.
All items of work invoiced under this contract will be verified by the designated billing office and confirmed by the Contracting Officer's Representative (COR) as accurate and complete.
Any amount deemed not payable will be deducted from the contractor's invoice. Deducted amounts may be resubmitted on the next invoice for reconsideration.
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).
NOTE: 10% OF THE TOTAL CONTRACT PRICE WILL BE WITHELD UNTIL ALL DELIVERABLES, REQUIRED BY THE CONTRACT, ARE RECEIVED AND ACCEPTED.
(b) The
(c) Each invoice must be submitted to the designated billing office via one of the following modes, listed in descending order of preference: (1) FINCEN Website invoice receipt form: http://www.fincen.uscg.mil/centralinv/central_inv_contr.cfm (2) Fax: (757-523-6900) (3) Mailed to: Commercial Invoices U.S. Coast Guard Finance Center 1430A Kristina Way
(d) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract.
(e) 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 or transmitted via facsimile, 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) Payment inquiries and status may be obtained - at the following website: https://www.fincen.uscg.mil/secure/payment.htm.
RESPONSIBLE OFFICIAL(S) WHO CAN RECEIVE NOTIFICATION OF AN IMPROPER INVOICE AND ANSWER QUESTIONS REGARDING THE INVOICE For use in the event your firm receives a contract as a result of this solicitation, designate below the responsible official(s) who can receive notification of an improper invoice and answer questions regarding the invoice. NAME: _______________________________ TITLE: _______________________________ ADDRESS: _______________________________ _______________________________ _______________________________ TELEPHONE NUMBER: _____________________ EMAIL ADDRESS: __________________________
CONTRACT CLAUSES
(10) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html
FAR 52.211-15 Defense Priority and Allocation Requirements (
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (
DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapters 30) CLAUSES:
3052.211-70, Index for Specifications (
CLASS DEVIATION- 2012-O0015, SYSTEM FOR AWARD MANAGEMENT (SAM). THIS CLAUSE DEVIATION IS EFFECTIVE ON
The Government may require the performance of the numbered line items, identified in the Schedule as option items, at the unit prices stated in the Schedule. The option quantities shown in the Schedule are estimates only. The Government has the right to require performance of these items at the quantities deemed necessary. Therefore, the Government may exercise an option item on more than one occasion during the contract performance period. The Contracting Officer will provide initial notification of the exercise of an option either verbally, by facsimile, or both. When time is of essence, initial notification will be provided verbally followed within 24 hours by a facsimile of confirmation. A contract modification will be executed shortly thereafter to include those options wherein exercise notification was provided. Such options may be exercised at any phase during the contract performance period as stated herein, or any extension of the performance period. To maintain the contract performance period the Contractor shall commence performance of an option item immediately upon receiving initial notification; but, not later than 24 hours thereafter, unless proper sequencing of the work requires a delay in beginning performance of the option. In that case, the option item shall be commenced as soon as proper sequencing permits. The exercise of any option item listed in the Schedule will not normally extend the contract performance period. However, the Contracting Officer may consider a request by the contractor for contract extension if an option is exercised after 50% of the contract performance period has expired.
The following FAR Provisions apply to this solicitation:
Offerors may obtain full text versions of these provisions electronically at http://farsite.hill.af.mil/.
FAR 52.212-1, Instructions to Offerors-Commercial Items (
FAR 52.212-1 Instructions to Offerors-Commercial Items (
ADDENDUM FAR 52.217-5 Evaluation of Options (
FAR 52.211-14 -- NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (
The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (
The insurance certificate must provide the name of the US Coast Guard vessel and the contract number as specifically insured.
(12) SITE VISIT
This Combined Pre-Solicitation/Synopsis is for the Drydock Repairs of the USCG MLB 47232
(13) DRYDOCK CERTIFICATION AND DRYDOCK CALCULATIONS
Contractor shall provide with his or her quote a current certification of its drydocking facility/travel lift/or crane as required by the specifications, Work Item D-23, Routine Drydocking, and SFLC Standard Specification 8634_STD. When requested by the Contracting Officer, the Contractor shall also provide the pre-award calculations described in specification Work Item D-23, Routine Drydocking, Cutter Conditions, and Appendix B of the SFLC Standard Specification 8634_STD. Subsequent to contract award, the Government will require the Contractor to provide the docking and un-docking calculations described in Appendix B of the SFLC Standard Specification 8634_STD.
This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and SFLC Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request.
(14) FAR 52.215-20 ALT IV REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (
REQUEST FOR INFORMAL COST BREAKDOWN In addition to placing your offer in the appropriate place in Schedule of Supplies and Prices, it is requested that you provide a breakdown of your costs, to include but not be limited to, those items identified in the sample format below: Trade, (i.e. laborers, rigger, etc.) Breakdown of labor grades by trade category Man hours per trade, per labor grade
a. Contract number and customer point of contact (including two (2) points of contact With telephone numbers) b. Dollar value of the contract (Original and Final) c. Type of service performed and whether Prime or subcontractor d. Required completion date for the contract e. Date the services were actually completed f. Ship Name, Hull Number g. Contract type (FFP, IDIQ, Requirement, and Cost Type) h. Percentage of growth in contract price (Additional work divided by award price)
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.
PAST PERFORMANCE:
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 - Timeliness of Performance 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) - Subcontracts Were subcontracts involved Comments
In evaluating contractors past performance, the government intends to also review U.S. Coast Guard Contractor Performance Reports and other existing past performance ratings on relevant contracts. General trends in a contractor's performance will also be considered.
PRICE:
Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness. The contracting officer will also calculate the foreseeable cost of transporting the USCG MLB 47232
****Past Performance is significantly more important than Price****
(17) FAR 52.215-6 PLACE OF PERFORMANCE (
(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends, [ ] does not intend (check applicable block) to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this request for quote. (b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information:
Place of Performance Name and Address of Owner and (Street Address, City, County, Operator of the Plant or Facility if Other State, Zip Code) than Offer or Respondent
(18) DISTANCE FACTOR ADJUSTMENT (a) The work will be accomplished at the Contractor's Facility. If the contractor is to perform the work at the contractor's facility, the following distance adjustment factors will be applied to the prices quoted for this work. If the work is performed at the vessel's home pier, the following distance adjustment factors are not applicable.
(b) The home pier of the vessel is listed on Page 2. If the work covered by this solicitation is performed elsewhere than the home pier of the vessel, the
FORESEEABLE COST FACTORS PERTAINING TO DIFFERENT SHIPYARD LOCATIONS
(1) There will be a transportation cost for (1) U.S. Coast Guard Representative(s) for (4) round trip(s) between the Contractor's offered place of performance and NESU
(2) If the contractor's offered place of performance is more than fifty (50) driving miles from NESU
(3) Facility costs to navigate vessel between its home station and the Contractor's offered place of performance (round trip) is
Link/URL: https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-P30792/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 7631 |
Combine Solicitation – USCG STATION NEW LONDON (45637) 2014 DRYDOCK REPAIR
Combine Solicitation – USCG STATION PORT ARANSAS (45611) 2014 DRYDOCK REPAIR
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News