Combine Solicitation – Generator Reconditioning and Rewind USCGC WALNUT (WLB-205)
| Source: | Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Generator Reconditioning and Rewind USCGC WALNUT (WLB-205)
Classification Code: 20 - Ship and marine equipment
Solicitation Number: HSCG85-12-Q-P45372
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): USCGC WALNUT (WLB-205) ISC Area 4, Bldg 554, Sand Island Access RoadHonolulu, HI
Place of Performance (zipcode): 96819
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, 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. Solicitation number HSCG85-12-Q-P45372 is issued as a Request for Quotations (RFQ). HSCG85-12-Q-P45372 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-46. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The Small Business Size Standard for NAICS Code 336611 is 1000 employees. A Firm-Fixed Price Contract for the base items is anticipated. The anticipated award date is on or about
NOTICE FOR FILING AGENCY PROTESTS
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
period specified in FAR 33.103(e). Formal protests filed under the
Commandant (GG-913) U.S.Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW,
DESCRIPTION OF WORK A. The Contractor shall provide all labor, material, parts, equipment, and special tools to complete a stator assembly rewind and that all other windings can be reconditioned on the Number 2 SSDG. If any assembly designated for rewinding can be satisfactorily restored by reconditioning only, the Government shall receive an equitable adjustment for the rewinding work not performed. All work shall be done in accordance with attached specification. B. The Contractor shall provide all labor material, parts, equipment and special tools to recondition the Number 1 SSDG. All work shall be done in accordance with attached specification.
CERTIFICATIONS (a) All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Must be provided with quotation (b)
Each quoter shall furnish the information required by the solicitation. PRICING DATA:
Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any
TRAVEL AND PER DIEM:
CLIN C, "Travel and
ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE D-001 Ship Service Diesel Generator, Overhaul JOB 1 O-00A Composite Labor Rate Hour 110
Refer questions to
Inspection and Acceptance is at destination.
CONTRACT CLAUSES
(1) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (
(2) FAR 52.212-2, Evaluation--Commercial Items (
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:
The offeror shall identify at least two (2) relevant (construction, overhaul, repair and alteration of ships) federal, state or local government or private contracts performed during the last three (3) years. For each contract, list:
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, 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: The Total evaluated price of the offeror will be determined by totaling the proposed prices of all the Definite Items, and plus the composite labor hour. a. Definite Items: These are items, which, if there is an award at all will be awarded. The proposal shall be evaluated to include the price for each definite item.
b. Composite Labor Hour Rate: The offeror shall be evaluated to include the offer price for the Composite Labor Hour Rate multiplied by the estimated quantity of hours. c. 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
****Past Performance is approximately equal Price****
(End of Provision) (3) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (
Offerors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (End of Provision)
(4) 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.arnet.gov/far/index.html
FAR 52.211-15 Defense Priority and Allocation Requirements (
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 by e-mail. When time is of essence initial notification will be provided verbally followed within 24 hours by an e-mail or 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.
(End of Clause)
HSAR 3052.223-70 REMOVAL OR DISPOSAL OF HAZARDOUS SUBSTANCES - APPLICABLE LICENSES AND PERMITS (
The Contractor shall have all licenses and permits required by Federal, state, and local laws to perform hazardous substance(s) removal or disposal services. If the Contractor does not currently possess these documents, it shall obtain all requisite licenses and permits within fifteen (15) days after date of award. The Contractor shall provide evidence of said documents to the Contracting Officer or designated Government representative prior to commencement of work under the contract.
(End of clause)
REQUIRED INSURANCE
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 (
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.
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
(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 an SFLC 002 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.
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.
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.
CONTRACT DEFICIENCY REPORT
The Contracting Officer or Contracting Officer's Technical Representative (COTR) may issue a Contract Deficiency Report (CDR), MLCA Form 005. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved by the Contracting Officer, to the COTR. The COTR 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, the
WARRANTY All applicable commercial warranties for parts and labor are incorporated into this contract.
(End of FAR 52.212-4 Addendum)
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
(6) FAR 52.217-5, Evaluation of Options applies to this acquisition.
Link/URL: https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-Q-P45372/listing.html
| Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
| Wordcount: | 6253 |



Combine Solicitation – Validation and Crash Simulation Services for Model Year 2009 or later Baseline Honda Accord CAE Model
Advisor News
- Advisors underestimate demand for steady, guaranteed income, survey shows
- D.C. Digest: 'One Big Beautiful Bill' rebranded 'Working Families Tax Cut'
- OBBBA and New Year’s resolutions
- Do strong financial habits lead to better health?
- Winona County approves 11% tax levy increase
More Advisor NewsAnnuity News
- An Application for the Trademark “EMPOWER PERSONAL WEALTH” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Talcott Financial Group Launches Three New Fixed Annuity Products to Meet Growing Retail Demand for Secure Retirement Income
- Judge denies new trial for Jeffrey Cutter on Advisors Act violation
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
More Annuity NewsHealth/Employee Benefits News
- CT Senator, Health Care Advocate Push For Action On Health Insurance Costs
- Study Results from Kristi Martin and Colleagues Broaden Understanding of Managed Care and Specialty Pharmacy (Drugs anticipated to be selected for Medicare price negotiation in 2026 for implementation in 2028): Drugs and Therapies – Managed Care and Specialty Pharmacy
- Amid rising health care costs, Maryland officials to boost ‘Easy Enrollment’
- POLICY CHANGES BRING RENEWED FOCUS ON HIGH-DEDUCTIBLE HEALTH PLANS
- PAYMENT RATES FOR MEDICAID HOME CARE AHEAD OF THE 2025 RECONCILIATION LAW
More Health/Employee Benefits NewsLife Insurance News