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 2005-76. This is a Small Business set aside. The NAICS Code is 336611 with a size standard of 1000 employees. The contract will be awarded on a firm, fixed-price basis. 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 the dockside repairs aboard USCGC BERTHOLF (WMSL 750) consisting of items in accordance with the attached specification (ATTACHMENT 1). The period of performance will be from May 18, 2015 through July 17, 2015.
GEOGRAPHIC RESTRICTION: N/A
QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Jake Apolonio at [email protected]. Requests for clarifications are due no later than March 04, 2015 at 10:00 a.m. Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted due to time constraints.
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 dockside repairs, 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 offerors risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the response date of this solicitation.
INFORMATION REQUIRED WITH PROPOSAL SUBMISSION:
1. DUNS number
2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.2 of this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite. 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. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses and provisions which may contain blocks that must be completed.
PROPOSAL DUE DATE:
Proposals must arrive no later than 02:00 p.m., Pacific Time, on March 13, 2015. 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.
PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED.
ATTACHMENTS TO THIS NOTICE:
ATTACHMENT 1 - Specification - Rev-0, November 2014 (Please inquire with KS for copy)
ATTACHMENT 2 - Schedule of Supplies/Services
ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation
ATTACHMENT 4 - Request for Clarification
ATTACHMENT 5 - Government Furnished Property Discrepancy Report
PLACE OF CONTRACT PERFORMANCE:
The place of performance will be at the Cutter's homeport, Coast Guard Island, Alameda, CA.
SET ASIDE: 100% Small Business