This is a combined synopsis/solicitation for commercial items
prepared using procedures set forth in FAR Parts 12.6,
Streamlined Procedures for Evaluation and Solicitation for
Commercial, with elements of Part 13.5 (Simplified
Procedures for Certain Commercial Items), as supplemented
with additional information included in the notice. Solicitation
number is 70Z08519RP45C3001 is issued as a Request for
Proposals (RFP).
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
05 JUN 2019. The NAICS Code is 336611 with a size
standard of 1,250 employees. The U.S. Coast Guard has a
requirement on a Sole Source basis for the purchase of
services and materials required to perform preventative
maintenance and diesel engine inspection on the MTU Main
Propulsion Diesel Engines (MPDE). 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. 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
maintenance 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 05 August
2019 through 30 September 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. 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 24 hours by
emailing the Contract Specialist, Catherine Chan, 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
11 July 2019 at 12:00 p.m. Pacific Standard 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 Catherine Chan via email [email protected]
by July 11, 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 D-01 through D-03 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. Welding Certifications and Procedure
4. Proof of Insurance (statement of coverage from current
insurance carrier)
5. Any issued amendments to the solicitation.
6. 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 4:00 p.m., Pacific Time,
on 11 July 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], 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 July 17, 2019.
ATTACHMENTS TO THIS NOTICE:
ATTACHMENT 1 - Specification - Rev. 1
ATTACHMENT 2 - Schedule of Supplies/Services
ATTACHMENT 3 - Continuation of Combined
Synopsis/Solicitation Clauses
ATTACHMENT 4 - Request for Clarification Form
ATTACHMENT 5 - Government Property Report