The RFP Database
New business relationships start here

USCGC KIMBALL (WMSL 756) Post Shakedown Availability #2 (PSA-2) Hull, Mechanical, & Electrical (HM&E) FY20


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures in FAR Part 12.6, Acquisition of Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial items. Solicitation
70Z08520RP4501600 is issued as a Request for Proposals (RFP).

This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03. This requirement is being solicited as a Total Small Business Set Aside. The NAICS Code is 336611, Ship Building and Repairing, with a size standard of 1250 employees. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov.

This requirement is for dockside repairs aboard USCGC KIMBALL (WMSL 756) consisting of items in accordance with the attached specifications (ATTACHMENT 1). 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 complete list of contract line item numbers and items, quantities and units of measure 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 to the vessel, in accordance with the solicitation and attached specifications. Failure to read the specifications 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 response date of this solicitation.

NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement.

The anticipated period of performance will be from October 23, 2019 through December 17, 2019. Funds are not currently available. No award will be made until funds are available.

The provision at 52.212-1, Instruction to Offerors - Commercial Items (Oct 2018) Addendum, applies to this acquisition.

The provision at 52.212-2, Evaluation -Commercial Items (Oct 2014) applies to this acquisition. More information about the evaluation criteria is located in ATTACHMENT 3.

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) Addendum, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019), applies to this acquisition.  ATTACHMENT 3 identifies the additional FAR clauses cited in this clause that are applicable to the acquisition.

Please see ATTACHMENT 3 for a full listing of contract requirements.

GEOGRAPHIC RESTRICTION: N/A

QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer at Wilma.L.Estrada@uscg.mil or Anthony.Reyes@uscg.mil.

However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 6, DHS Form 11-0006 Non-Disclosure Agreement, to Wilma.L.Estrada@uscg.mil or Anthony.Reyes@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this dockside. In addition, some references listed in the Specification, under "Consolidated List of References," are subject to Export Control limitations or have otherwise restricted distribution, and have been deemed "limited access" and "export controlled" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by 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 http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG.

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 August 22, 2019, at 1:00 p.m. Pacific time. See ATTACHMENT 4, 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://www.fbo.gov for viewing by all potential Offerors.

INFORMATION REQUIRED WITH PROPOSAL SUBMISSION:

1. Offeror's address, DUNS number

2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete the table of pricing on this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite line items for work that will definitely be in the resultant award and then there are those marked as "O" for Optional line items for work that offerors shall price but they may or may not be included in the award. Offerors shall insert unit prices in all CLINS listed in the schedule (B.1 and B.2). Offerors must also fill in the composite labor hour rate (B.3).

3. Small Business Self Certification for applicable set-asides

4. Any issued amendments to the solicitation.

5. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items.

6. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and provisions which may contain blocks that must be completed.

7. Past Performance Proposal, as described in ATTACHMENT 3.

PROPOSAL DUE DATE:
Proposal must arrive no later than 2:00 pm PST August 29, 2019. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Wilma.L.Estrada@uscg.mil and Anthony.Reyes@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Suite 800N on the 8th Floor of the Oakland Federal Building located at 1301 Clay Street, Suite 800N, Oakland, CA 94612.

PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS.


ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about October 9, 2019, based on the availability of funds. Work covered by this solicitation shall be completed within 55 calendar days from the date the vessel becomes available to the Contractor (October 23, 2019 through December 17, 2019). All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the day of the scheduled start date.


ATTACHMENTS TO THIS NOTICE:
ATTACHMENT 1 - Specification - Rev-0, 08 July 2019
ATTACHMENT 2 - Schedule of Supplies/Services
ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation
ATTACHMENT 4 - Request for Clarification
ATTACHMENT 5 - Government Property Report
ATTACHMENT 6 - DHS Form 11000-6 Non-Disclosure Agreement.


Wilma L. Estrada, Contracting Officer, Phone 510.637.5981, Fax (510) 637-5970, Email Wilma.L.Estrada@uscg.mil - Anthony Reyes, Supervisory Contract Specialis, Phone 5106375906, Email anthony.reyes@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP