(v) GRIT REMOVAL AND DISPOSAL
LOCATION: USCG YARD, VARIOUS VESSELS, BALTIMORE, 21226
USCG POC: REESE SCOTT @ (410) 458-5528 AND/OR
JASON GRAD @ (443) 829-6319
START DATE: 01 MAY 2018
COMPLETION DATE: 26 SEPTEMBER 2018
BOW TO STERN GRIT REMOVAL AND DISPOSAL, APROX 55 TONS FROM EACH VESSEL. SEQUENCE #45 - #50
ITEM 0001 -
#45 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: MAY 01, 2018
TOTAL COST: tiny_mce_marker_______________
ITEM 0002 -
#46 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: JUNE 05, 2018
TOTAL COST: tiny_mce_marker_______________
ITEM 0003 -
#47 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: JUNE 27, 2018
TOTAL COST: tiny_mce_marker_______________
ITEM 0004 -
#48 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: AUGUST 01, 2018
TOTAL COST: tiny_mce_marker_______________
ITEM 0005 -
#49 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: AUGUST 22, 2018
TOTAL COST: tiny_mce_marker_______________
ITEM 0006 -
#50 GRIT REMOVAL AND DISPOSAL APPROXIMATELY 55 TONS
The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services.
Quantity: 1 JB. Performance start date: SEPTEMBER 26, 2018
TOTAL COST: tiny_mce_marker_______________
YARD POC: JASON GRAD (410) 636-3419 OR
REESE SCOTT (410) 458-5528
TENTATIVE START DATE: 05/01/2018
TENTATIVE COMPLETION DATE: 09/26/2018
(vi) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226.
(vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
(viii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply.
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2016) with Alt 1 included are to be submitted with your offers.
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2018) applies to this acquisition.
(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2018). The following clauses listed in 52.212-5 are incorporated:
a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note).
b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr
2009) (15 U.S.C. 632 (a)(2).
e. 52.222-3 Convict labor (June 2003) (E.O. 11755)
f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755)
g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332).
l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
n. 52.233-3 Protest after award (Aug. 1996.)
o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
(xii) Defense Priorities and Allocations System (DPAS): N/A
(xiii) QUOTES ARE DUE BY 12:00 NOON EST on TUESDAY, 17 APRIL 2018. Quotes may be faxed (410) 762-6008 or preferred method email to [email protected]
(xiv) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.