THIS SOLICITATION IS UNRESTRICTED
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR
THE FOLLOWING SERVICES IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK (SOW)
ALL PROSPECTIVE CONTRACTORS ARE HIGHLY ENCOURAGE TO SCHEULE A SITE VISIT. TO SCHEDULE A SITE VISIT CONTACT GLORIA SPICER AT EMAIL: [email protected] OR CALL (757) 628-4687
PROSPECTIVE CONTRACTORS MUST HAVE SUCCESSFULLY COMPLETED THIS SAME WORK ONBOARD A COAST GUARD 270 WMEC VESSEL WITHIN THE LAST FIVE YEARS.
The contractor shall provide pricing for the following:
A. REQUIREMENT:
1. This work item describes the requirements for the Contractor to perform a staged hot flush of the Main Diesel Engine (MDE) lubrication oil passages onboard a WMEC 270 'A' Class vessel. The engine is an ALCO 18V 251-F diesel engine. The requirements are for one (l) engine, port or-starboard, as designated.
B. PLACE OF PERFORMANCE:
CGC BEAR
c/o CG Integrated Support Center
4000 Coast Guard Blvd.
Portsmouth, VA 23703-2199
C. PERIOD OF PERFORMANCE:
10 - 21 June 2019
D. As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items - applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price, past performance, and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.
Quotes must be received no later than 25 April 2019 at 1:00 p.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Becky M. Meyer SKC at email address [email protected] and Gloria Spicer at email address - [email protected].
The following FAR Clauses and Provisions apply to this acquisition:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.