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 2019-02 effective 06 May 2019. This is requirement is a 100% SMALL BUSINESS SET-ASIDE. The NAICS Code is 336611 with a size standard of 1,250 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 BERTHOLF (WMSL 750) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include ship repair and associated support work, and may include work that is not currently listed as Optional Items. A complete list of contract line item numbers and items, quantities and units of measure, including options, 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 dry-dock and repairs 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 anticipated period of performance will be from 08 July 2019 through 30 October 2019. The period of performance may change upon award of the contract. Funds are currently available. This is a mature requirement with significant historical data. The historical rough order of magnitude data indicates that these requirements can be fulfilled at or below $1.4M. A full list of provisions and clauses which apply to this acquisition are found in ATTACHMENT 3.
QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request within 48 hours by emailing the Contract Specialist, Denise Manor, at [email protected], or Anthony Reyes, at [email protected] or Lee Thomas, 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 05 June 2019 at 2:00 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.
Access to Export Controlled Drawings: Some references listed in this solicitation Specification, under "Consolidated List of References" are subject to export control limitations, otherwise restricted distribution, have been deemed "limited access," and "export controlled" documents. In order to access these documents, vendors must be certified as a US or Canadian contractor in 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 https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Only those Contractors that have current certification by JCP will be granted explicit access to these packages by the United States Coast Guard. When requesting drawings, Contractors must include your JCP Certification Number.
All prospective offerors are urged to visit a cutter within the WMSL cutter class and visually inspect each item of work and to become acquainted with locations of items and fixtures, removals, replacements, interference and the nature of work. USCGC BERTHOLF will not be available for ship check during the solicitation period. Offerors are advised to contact Denise Manor at (510) 637-5887 or via email [email protected] by June 5, 2019 to make arrangements to ship check an alternate WMSL cutter.
INFORMATION REQUIRED WITH PROPOSAL SUBMISSION:
1. Offeror's address, DUNS number
2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.4 of this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite "O" for Optional. Insert unit prices in all CLINS listed in the schedule.
3. Small Business Self Certification for applicable set-asides.
4. Welding Certifications and Procedure
5. Proof of Insurance (statement of coverage from current insurance carrier)
6. Any issued amendments to the solicitation.
7. A completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov.
PROPOSAL DUE DATE:
Proposals must arrive no later than 2:00 p.m., Pacific Time, on 10 June 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. Proposals submitted via e-mail must be sent to [email protected], [email protected], or [email protected]. 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 directly to Suite 800N on the 8th Floor North of the Oakland Federal Building located at 1301 Clay Street, Suite 800N, Oakland, CA 94612. Delivery of the proposal to any other location within the Federal building 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.
ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about June 26, 2019. Work covered by this solicitation shall be completed within 86 calendar days from the date the vessel becomes available to the Contractor (08 July 2019). All Federal holidays that lie within the performance period will be observed.
ATTACHMENTS TO THIS NOTICE:
ATTACHMENT 1 - Specification - Rev. 1
ATTACHMENT 2 - Schedule of Items - Prices
ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation Clauses
ATTACHMENT 4 - Request for Clarification Form
ATTACHMENT 5 - Government Property Report
ATTACHMENT 6 - Notice of Filing Protests