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 2005-95. This is a Sole Source Procurement. The NAICS Code is 336611 with a size standard of 1000 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 main propulsion diesel engine dockside repairs aboard USCGC HAMILTON (WMSL 753) consisting of items in accordance with the attached specification (ATTACHMENT 1). 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 the maintenance and alterations 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 close 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 Government intends to award a sole-source contract to the Original Equipment Manufacturer (OEM), MTU America, for this work. Redacted Justification and Approval is attached.
The anticipated period of performance will be from June 07, 2017 to September 01, 2017.
GEOGRAPHIC RESTRICTION: N/A
QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email and requests for clarification regarding this solicitation will be submitted via email to the Contracting Officer, Jing Liu at [email protected]. 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 March 6, 2017 at 3:00 p.m. Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted due to time constraints. Questions/concerns will be compiled and addressed on an "Amendment of Solicitation" (SF-30) and will be posted on the FedBizOpps website for viewing by all potential offerors.
The following information is highlighted for your attention:
1. DUNS number
2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.2 of this attachment.
3. Proof of Insurance (statement of coverage from current insurance carrier)
6. Any issued amendments to the solicitation.
7. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation. Please review each page of this attachment thoroughly as it contains more proposal instructions and provisions which may contain blocks that must be completed.
PROPOSAL DUE DATE:
Proposals must arrive no later than 3:00 p.m., Pacific Time, on March 15, 2017. 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 [email protected]. All submissions shall include the solicitation number in the subject line of the email. Offerors that 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, Oakland, CA 94612.
PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED.
ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about April 21, 2017 contingent on available funds. Work covered by this solicitation shall be completed within 86 calendar days from the date the vessel becomes available to the Contractor (June 07, 2017 to September 1, 2017). All Federal holidays that lie within the performance period will be observed.
An arrival conference will be held on or around the day of the scheduled start date.
ATTACHMENTS TO THIS NOTICE:
ATTACHMENT 1 - Specifications
ATTACHMENT 2 - Schedule of Supplies/Services
ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation
ATTACHMENT 4 - Request for Clarification
ATTACHMENT 5 - Notice for Filing Agency Protests