CGC ALEX HALEY (WMEC 39) DOCKSIDE REPAIRS FY 23

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08523RLRE20034383

Basic Details

started - 23 Sep, 2022 (19 months ago)

Start Date

23 Sep, 2022 (19 months ago)
due - 01 Oct, 2022 (18 months ago)

Due Date

01 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
70Z08523RLRE20034383

Identifier

70Z08523RLRE20034383
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34265)US COAST GUARD (24387)SFLC PROCUREMENT BRANCH 2(00085) (3649)

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

09/22/2022 - AMENDMENT 002SEE ATTACHED AMENDMENT 002 FOR THIS REQUIREMENT.  SOLICITATION DUE DATE WILL REMAIN UNCHANGE.09/01/222 - AMENDMENT 001SEE ATTACHED AMENDMENT 001 FOR THIS REQUIREMENT.  SOLICITATION DUE DATE IS EXTENDED.This is a combined synopsis/solicitation number 70Z08523RLRE220038343 for commercial items prepared in accordance with the format in FAR Subpart 12.6, FAR Par 13.5 Simplified Procedures for Commercial Items with the elements of Part 15 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 70Z08523RLRE220038343 is issued as a Request for Proposals.  This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07 effective 10 August 2022.  This requirement will be procured in accordance with Sec 8220 VESSEL CONVERSION, ALTERATION, AND
REPAIR PROJECTS, this solicitation is being issued as a full and open requirement for businesses within District 17 (the State of Alaska): SEC. 8220. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.(a) IN GENERAL.—Notwithstanding any provision of the Small Business Act (15 U.S.C. 631 et seq.) and any regulation or policy implementing such Act, the Commandant may use full and open competitive procedures, as prescribed in section 2304 of title 10, United States Code, to acquire maintenance and repair services for vessels with a homeport in Coast Guard District 17. (b) APPLICABILITY.—Subsection (a) shall apply only if there are not at least 2 qualified small businesses located in Coast Guard District 17 that are able and available to provide the services described in such subsectionThe NAICS Code applicable to this procurement is 336611 with a size standard of 1250 employees for the requirement. Only one award will be made to the responsive, responsible offeror under this solicitation. The contract will be awarded on a firm-fixed-price basis. 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 and maintenance of the USCGC ALEX HALEY (WMEC 39) consisting of items in accordance with the attached specifications (ATTACHMENT 1). 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 period of performance for this acquisition is 15 December 2022 through 15 June 2023.   This requirement consist two phases for the period of performance.   The anticipated period of performance for Phase 1 will be from 15 December 2022 through 06 February 2023 and Phase 2 will be from 05 May 2023 through 15 June 2023.All work under this contract will be performed onboard each respective cutters at theirhome moorage in Kodiak, AK.Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its addendum applies to this acquisition.  See Attachment 3 of this RFP for additional information.Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition.  The Government will award a contract resulting from this solicitation to the responsible contractor whose quote is the most advantageous and provides the best value to the Government, price and non-price factors considered.  See Attachment 3 of this RFP for additional information.Offerors shall include all representations are completed in their System for Award Management (SAM) registration at sam.gov and FAR Provision 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (as applicable) with its Alternate I (Nov 2021).  See Attachment 3 of this RFP for additional information.Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and its addendum applies to this acquisition.  See Attachment 3 of this RFP.Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.  Of those FAR clauses cited in this clause, those annotated with an “X” are applicable to this acquisition.  See Attachment 3 of the RFPOfferors must complete and submit all required documents applicable to this solicitation,with particular emphasis on Schedule of Supplies/Services – Prices, contract clauses, and52.212-3, Offeror Representation & Certifications – Commercial Items, including allamendments issued under this solicitation.   Contractors are required to offer prices for allitems listed in Schedule of Supplies/Services-Prices, ATTACHMENT 2, to beconsidered.All prospective offerors are urged to visit the cutter and visually inspect each item of workand to become acquainted with local conditions, locations of items and fixtures, removals,replacements, interference and the nature of work.  Interested vendors requesting a ship check must meet facility access requirements for the cutter's home port. CGC ALEX HALEY is undergoing dry-dock repairs at Lake Union Dry Dock in Seattle, WA, and will be available for a ship check during the entire solicitation period;however, the solicitation response date will not be extended due to timeframe in which the vendors schedules the check.Cutter availability is subject to change without notice. Offerors are advised to contact CGC Alex Haley Engineering Officer, LT Sarah Sorensen, at (253) 988-8957, or via e-mail Sarah.E.Sorensen@uscg.mil to make arrangement for a ship check.  Offerors may also contact CWO2 Kevin Biggs at (907) 487-5616 or Kevin.L.Biggs@uscg.mil to confirm cutter’s availability and to schedule a ship check.QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contract Specialist, Valerie Rivera-Chase, at Vaerie.S.Riverachase@uscg.mil.  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 29 August 2022 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://beta.SAM.gov         for viewing by all potential Offerors.However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 5, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.RiveraChase@uscg.mil or Andrew.G.Jacobs@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.Contractor(s) must ensure that the following DOCUMENTS and/or information aresubmitted with their proposal::            (i)        Offeror's address, Unique Entity ID number;            (ii).      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, if there                               is an award, will be in the resultant award, “O” for Optional line items for                                    items which may be awarded if inspection reports reveal the necessity for                                   activation, or if funds become available, and COMPOSITE LABOR                                   HOUR RATE which will be included in the Total Evaluated Price for                               evaluation purposes only.                       (iii)      Welding Certifications and Procedure(vi)      Proof of Insurance (statement of coverage from current insurance carrier)            (v)       Signed copy of any issued amendments to the solicitation.            (vi)      A completed copy of the provision at 52.212-3, Offeror Representation                                     and Certifications - Commercial Items OR provide notice of registration at                          www.sam.gov.            (vii)     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.            (viii)    Past Performance, and Technical Capability Proposal, including Technical                    Evaluation Criteria in ATTACHMENT 3.ANTICIPATED AWARD DATE:  The contract is expected to be awarded on or about 10 October 2022.  Work covered by this requirement shall be completed within the   period of performance for each cutter. Proposal must arrive no later than 2:00 PM, PST on 07 September 2022.  Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Facsimile proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.RiveraChase@uscg.mil and/or Andrew.G.Jacobs@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 Coast Guard Alameda Base, SFLC – CPD2LREPL, Bldg 55, Alameda, CA 94501.  Delivery of the proposal to any other location within the Coast Guard Island will not be sufficient or acceptable.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.UNITED STATES COAST GUARD OMBUDSMAN PROGRAM:It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance.  Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).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 OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government.  The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed.  To be timely protests must be filed within the period specified in FAR 33.103(e).  Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.LIST OF ATTACHMENTSATTACHMENT 1 – U.S. Coast Guard Alex Haley (WMEC 39) Specification for                                                            Dockside Repairs FY 2023, Rev. 0 dated 29 June 2023ATTACHMENT 2 - Schedule of Items - PricesATTACHMENT 3 - Continuation of Combined Synopsis/SolicitationATTACHMENT 4 - Request for ClarificationATTACHMENT 5 - Government Property ReportATTACHMENT 6 - Notice for Filing Agency ProtestATTACHMENT 7 - DHS Form 11000-6 Non-Disclosure Agreement

Kodiak ,
 AK   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Classification

naicsCode 33661Ship and Boat Building
pscCode J999Non-nuclear Ship Repair (West) Ship repair (including overhauls and conversions) performed on. non-nuclear propelled and nonpropelled ships west of the 108th meridian