PIPING INSULATION CONTRACTOR/INSULATION OF APPROX 1,143 FT. CHILLED WATER PIPING

Solicitation Number: HSCG40-12-Q-61789
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: USCG Surface Forces Logistics Center (SFLC)

Notice Type:
Combined Synopsis/Solicitation / Cancelled
Original Posted Date:
September 8, 2012
Posted Date:
September 14, 2012
Response Date:
Sep 14, 2012 11:00 pm Eastern
Original Response Date:
Sep 14, 2012 11:00 pm Eastern
Archiving Policy:
Automatic, on specified date
Archive Date:
September 17, 2012
Original Set Aside:
Total Small Business
Set Aside:
Total Small Business
Classification Code:
L -- Technical representative services
NAICS Code:
336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing

:
HSCG40-12-Q-61789
:
Combined Synopsis/Solicitation / Cancelled
:
Added: Sep 08, 2012 8:58 am
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

(ii) Solicitation number HSCG40-12-Q-61789 applies, and is issued as a Request for Quote (RFQ).


(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 2012.


(iv) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 336611 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.


(v) The United States Coast Guard Engineering Logistics Center has a requirement for the following items:


REQUEST THE SERVICES OF A PIPING INSULATION COTRACTOR FOR THE COAST GUARD CUTTER TAHOMA, INSULATE CHILL WATER AND SSDG SEA WATER PIPING.


ITEM 1: INSULATE CHILLED WATER PIPING. INSULATE APPROXIMATELY 1,143 FT. OF CHILLED WATER PIPING ONBOARD THE COAST GUARD CUTTER TAHOMA. THREE (3) MEN FOR APPROXIMATELY FOUR (4) WEEKS, IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK.


QUANTITY: 1 JB


TOTAL AMOUNT:


REQUIRED DATE OF SERVICE: ON OR ABOUT 01 OCTOBER 12



ITEM 2: INSULATE SSDG PIPING. TWO (2) MEN FOR ONE (1) WEEK TO INSULATE SSDG SALT WATER PIPING, LOCATED IN THE ENGINE ROOM OF THE COAST GUARD CUTTER TAHOMA IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK.


QUANTITY: 1 JB


TOTAL AMOUNT:


REQUIRED DATE OF SERVICE: ON OR ABOUT 01 OCTOBER 12


 


PREPARATION FOR DELIVERY:



PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226.

QUOTE PRICES: FOB DESTINATION.


PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM.



GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements.



NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program


It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).


Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.
Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).


Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to:


COMMANDANT (CG-9131)
U S COAST GUARD
OMBUDSMAN PROGRAM FOR AGENCY PROTESTS
2100 2ND ST SW STOP 7112
WASHINGTON DC 20593-7112


The Ombudsman Hotline telephone number is 202.372.3695.



(vi) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml.
FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). 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: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.


(vii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Price: The Government will evaluate offers based on best value.
Technical Capability: Authorized OEM Distributor.
Delivery Time: Delivery time and technical ability is more important than price.


(viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.

(ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 2012) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122.


(x) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Aug 2012)
The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note).
(2) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) of 52.219-6. (iii) Alternate II (Nov 2011) of 52.219-6.
(3) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)).
(4) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).
(6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(9) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(10) 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).
(11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).


(xi) Quotes are due by 14 SEPTEMBER 2012 @ 12:00 PM EST. Questions and quotes may be emailed to kathleen.m.lechert@uscg.mil. Contractors are responsible for verifying receipt of quotes.


(xii) POC is Kathy Lechert, Purchasing Agent, 410-762-6920.

Added: Sep 14, 2012 9:44 am

The Fed Biz Ops Announcement for HSCG40-12-Q-61789 for Piping Insulation Contractor/Insulation of Approx 1,143 Ft. Chilled Water Piping is hereby CANCELLED in its entirety.

Please consult the list of document viewers if you cannot open a file.

STATEMENT OF WORK

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
STATEMENT OF WORK
Posted Date:
September 8, 2012
Description: STATEMENT OF WORK
:
2401 Hawkins Point Road
Building 31, Mail Stop 26
Baltimore, Maryland 21226-5000
United States
:
Lechert,
Purchasing Agent
Phone: 4107626920
Fax: 410-762-6008

All Files


Opportunity History