Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

USCGC BERTHOLF (WMSL 750) MAINTENANCE & REPAIR PERIOD 3

Solicitation Number: HSCG8509R600616
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: Commander (vpl), USCG Maintenance and Logistics Command - Pacific
  • Print
:
HSCG8509R600616
:
Award
:
February 20, 2009
:
HSCG8509C600616
:
$168,570.00
:
ALL D ITMES
:
Nautical Engineering, Inc.
:
1790 11th Street
Oakland, California 94607
United States
:
Added: Jan 26, 2009 4:26 pm
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation number is HSCG85-09-R-600616 and is issued as a Request for Proposals. This Request for Proposals incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-28. This is a 100% small business set-aside procurement. The NAICS Code is 336611 and the Size Standard is 1000 employees.

A. Scope of Work: Contractor shall provide all labor, materials and equipment to conduct a dockside availability on CGC BERTHOLF in accordance with the attached Specifications and Drawings. **NOTE: ALL SPECIFICATIONS AND DRAWING WILL BE PROVIDED ON A CD. INTERESTED FIRMS SHOULD IMMEDIATELY CALL THE CONTRACTING OFFICER AT (510) 637-5804 TO HAVE A CD SHIPPED TO YOU VIA FEDEX

IT IS CURRENTLY PLANNED THAT SHIP CHECKS WILL BE HELD IN SAN DIEGO, CA ON SATURDAY 31 JANUARY 2009 BEGINNING APPROXIMATELY 0800. THE SHIP WILL BE DOCKED ON A NAVY INSTALLATION WITH CONTROLLED ACCESS. INTERESTED OFFERORS SHOULD IMMEDIATELY NOTIFY THE CONTRACTING OFFICER IF THEY PLAN TO ATTEND AND PROVIDE THE NAMES OF THEIR ATTENDEES. ONLY U.S. CITIZENS WILL BE ALLOWED ACCESS. THE COAST GUARD WILL FACILITATE CONTRACTOR ACCESS TO THE FACILITY AND THE SHIP, BUT ASSUMES NO RESPONSIBILITY FOR CONTRACTOR EMPLOYEES ACTUALLY BEING ADMITTED.

B.1 DEFINITE ITEMS – If there is an award , these items will be awarded.



ITEM DESCRIPTION BID PRICE

D-1 PRODUCTION CONTROL, GANTT BAR CHART PROVIDE $

D-2 MPC ANNEX STRUCTURAL MODIFICATIONS

$

D-3 MULTI CABLE TRANSIT INSTALLATION AND CABLEWAY SUPPORT $

D-4 MPC ANNEX VENTILATION DUCT MODIFICATIONS $

D-5 MPC & MPC ANNEX OUTFIT MODIFICATIONS

$

D-6 MPC & MPC ANNEX SECURITY DOOR MODIFICATIONS $

D-7 REMOVAL, MODIFICATION AND INSTALLATION OF THE BERP $

D-8 HF TRANSMITTER ROOM OUTFIT

$

D-9 RIGGING, LIFTING AND MATERIAL HANDLING SUPPORT $

D-10 TEMPORARY SERVICES, DOCKSIDE, HOME PIER

$

TOTAL PRICE

$



B.2A COMPOSITE LABOR HOUR RATE APPLICABLE TO CONTRACT CHANGES (NON-FIRE WATCH)

The following labor hour rate shall be used in pricing all contract changes (except for the fire watch portion) in accordance with the clause of Section H entitled "COMPOSITE LABOR HOUR RATE FOR CONTRACT CHANGES."



Labor Hour Rate Estimated Quantity** Extended Amount



$ /per hour

X

500 HRS

=

$



**NOTE: The estimated quantity and extended amount indicated above are for evaluation of bids only. The quoted rate will apply to all changes involving additional work under this contract regardless of the actual total hours required.



B.2B COMPOSITE LABOR HOUR RATE APPLICABLE TO CONTRACT CHANGES FOR FIRE WATCHES

The following labor hour rate shall be used in pricing the fire watch portion of all contract changes in accordance with the clause of Section H entitled "COMPOSITE LABOR HOUR RATE FOR CONTRACT CHANGES."



Labor Hour Rate Estimated Quantity** Extended Amount



$ /per hour

X

500 HRS

=

$



**NOTE: The estimated quantity and extended amount indicated above are for evaluation of bids only. The quoted rate will apply to all changes involving additional work under this contract regardless of the actual total hours required.



C. COMPOSITE LABOR HOUR RATE FOR CONTRACT CHANGES (INCLUDING FIRE WATCHES)



1. The composite labor hour rate bid in Section B.2A and B2B shall be the sole labor hour rates used to price the prime contractor's direct labor hours for all contract changes, whether growth within scope or new work. The contractor shall not receive any compensation in addition to this rate for prime contractor's direct labor associated with changes under this contract.



2. The composite labor hour rates shall represent total compensation for the following: direct labor; any port or association fees, rents or other levies; all overhead and general and administrative costs; profit; and all direct and indirect costs and profit associated with following support functions:



Supervision Quality Assurance

Planning Engineering

Surveyors Fire Watch

Transportation/Drivers Worker Transit Time

Material Handling Testing

Cleaners Guards

Estimating Contract Administration



3. The composite labor hour rates will be used in pricing production labor hours, which shall include only those hours necessary and reasonable to perform direct production functions, and will not include the support functions listed above, whether such support functions are normally charged directly or indirectly by the contractor's accounting system. These support functions are to be priced into the composite labor rate and shall not be separately compensated.



4. The Estimated Quantity indicated by the Government in Section B is an estimate only, and the Extended Amount indicated by the offeror in Section B is not ordered by award of a contract pursuant to this solicitation. The Estimated Quantity represents the Government's best estimate of the total number of hours that will be required. The actual number of hours may be greater or less.









D. Performance will commence on 9 March 2009 and be complete no later than 15 May 2009.

E. Place of Performance: All work will be accomplished at the cutter’s home moorage, Coast Guard Island - Alameda, CA

F. Government Furnished Property: CONSOLIDATED LIST OF GOVERNMENT FURNISHED PROPERTY

Description Manufacturer Part Number NIIN Qty UOI

ITEM 3: MULTI CABLE TRANSIT INSTALLATION AND CABLEWAY SUPPORT



MCT Frame with 60 mm radius corners MCT Frame with 60 mm radius corners SRC X x N r60 primed, with 12 inch band 1 ea

MCT Frame with 60 mm radius corners MCT Frame with 60 mm radius corners SRC X x N r60 primed, with 12 inch band 1 ea

MCT Frame with 60 mm radius corners Roxtec Inc. CAGE Code 1B3L6 SRC X x N r60 primed, with 5 inch band 1 ea

MCT Frame with 60 mm radius corners Roxtec Inc. CAGE Code 1B3L6 SRC X x N r60 primed, with 5 inch band 1 ea

MCT solid corner compensation module kit Roxtec Inc. CAGE Code 1B3L6 RM 60/0 RC 4 ea

RM Multi-diameter Modules with Core Roxtec Inc. CAGE Code 1B3L6 Various n/a ea

Stay Plates Roxtec Inc. CAGE Code 1B3L6 Stayplate 120 galv n/a ea

Lubricant Roxtec Inc. CAGE Code 1B3L6 Lubricant 25 ml n/a ea

Wedges Roxtec Inc. CAGE Code 1B3L6 Wedge 120 galv n/a ea

ITEM 4: MPC ANNEX VENTILATION DUCT MODIFICATIONS



MCT Frame with 60 mm radius corners Roxtec Inc. CAGE Code 1B3L6 SRC XxX r60 primed, 5 inch band 1 ea

MCT solid corner compensation module kit Roxtec Inc. CAGE Code 1B3L6 RM 60/0 RC 1 ea

RM Multi-diameter Modules with Core Roxtec Inc. CAGE Code 1B3L6 Various n/a ea

Stay Plates Roxtec Inc. CAGE Code 1B3L6 Stayplate 120 galv n/a ea

Lubricant Roxtec Inc. CAGE Code 1B3L6 Lubricant 25 ml n/a ea

ITEM 5: MPC & MPC ANNEX OUTFIT MODIFICATIONS



Overhead Fluorescent Light Fixture – (3-20W-T12) Surface mounted, W/ Hi-Impact acrylic clear prismatic diffuser, suitable for through feed w/ ¾” metal WT connections. Pauluhn Electric, CAGE code 95405 FPS320-2CAI 2 ea

ITEM 6: MPC & MPC ANNEX SECURITY DOOR MODIFICATIONS



Joiner Security Door

26” x 75” clear opening

Type 1 with a continuous Roton hinge.

Door is Aluminum Honeycomb panel construction with AL extruded frame.

Baked enamel finish Type III, Class 2, of MIL-E-15090, color Gray FED STD 595 No. 26307.

Left Hand, In Swing.

Fitted with door closure ANSI A156-4 grade 1, size 3, aluminum finish with options PT4C (50% adjustable spring power) and PT4D (adjustable backcheck).

Fitted with Kaba Ilco cipher lock model 1011-26D-41 (door opens in to the secure space) with 2 copies of combination change key.

Fitted with MAS-Hamilton CDX-09 Combination Deadbolt lock for pedestrian doors with a drill resistant dial ring mounting plate.

Fitted with 6”x7 3/8” Vee type louver, 10” from door bottom.

Doors shall be fitted with anti rattle bumpers.

Baker Sheet Metal Corp.

CAGE Code 3D527 805-4629248

1 ea

MCT Frame with 60 mm radius corners Roxtec Inc. CAGE Code 1B3L6 SRC X x X r60 primed, 5 inch band 1 ea

MCT solid corner compensation module kit Roxtec Inc. CAGE Code 1B3L6 RM 60/0 RC 1 ea

RM Multi-diameter Modules with Core Roxtec Inc. CAGE Code 1B3L6 Various n/a ea

Stay Plates Roxtec Inc. CAGE Code 1B3L6 Stayplate 120 galv n/a ea

Lubricant Roxtec Inc. CAGE Code 1B3L6 Lubricant 25 ml n/a ea

ITEM 8: HF TRANSMITTER ROOM OUTFIT



Air Conditioning Fan Coil Assembly FCA24 Type III (Left Hand unit) Marlo Coil, CAGE code 38450 1484D0000 1 ea

Overhead Fluorescent Light Fixture – (2-20W-T12) Surface mounted, W/ Hi-Impact acrylic clear prismatic diffuser. Pauluhn Electric, CAGE code 95405 FPS220-2CAI 2 ea

Overhead Fluorescent Light Fixture – (2-20W-T12) Surface mounted, W/ Hi-Impact acrylic clear prismatic diffuser, battery powered emergency ballast. Pauluhn Electric, CAGE code 95405 FPS220EM-2CAI 1 ea

Quick Acting Water-tight Door

IAW NAVSEA 803-6397268

26” x 66” clear opening

10 Dog

Right Hand

Steel Door

Panel Thickness– .075 inches

w/ interior padlock hasp

standard finish JDA Company, Coronado CA 92118

(619) 435-6545

CAGE code 0A0T7 803-6397268 1 ea

ITEM 9: RIGGING, LIFTING AND MATERIAL HANDLING SUPPORT



Hardware for Cabinet installations various various n/a n/a n/a

Faying strips for Cabinet installation various various n/a n/a n/a

Grounding straps for Cabinet installation various various n/a 6 ea















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: Past Performance and Price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror’s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures.



The following factors shall be used to evaluate offers: Past Performance and Price.



1) Price: The total price will be the evaluated price.



2) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below for at least three (3) and no more than five (5) contracts for the same or similar items, either currently being performed or completed within three years prior to the date of this synopsis/solicitation. Provide as a minimum the following applicable information for each contract: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management.



The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price.



Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor’s Tax Information Number, and DUNS Number. Proposals must be received not later than 13 February 2009, 11:00 A.M. Local California time. Proposals received after the date and time specified will not be considered. Proposals shall be submitted as an attachment to an e-mail addressed to: Michael.t.leonard@uscg.mil (with a copy to) anthel.e.barnes@uscg.mil



A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the Offeror’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far:



FAR 52.212-1, Instructions to Offeror-Commercial Items (Jun 2008).



FAR 52.212.2, Evaluation-Commercial Items (Jan 1999).



FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 included.

An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications 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 (b) through (i) of this provision.



FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008).



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008).

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

(b) 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:

[Contracting Officer shall check as appropriate.]

__X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402).

___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

___ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a).

___ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).

___ (5) [Reserved]

_X__ (6) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).

___ (ii) Alternate I (Oct 1995) of 52.219-6.

___ (iii) Alternate II (Mar 2004) of 52.219-6.

___ (7) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644).

___ (ii) Alternate I (Oct 1995) of 52.219-7.

___ (iii) Alternate II (Mar 2004) of 52.219-7.

__X_ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).

___ (9) (i) 52.219-9, Small Business Subcontracting Plan (Apr 2008)(15 U.S.C. 637 (d)(4).)

___ (ii) Alternate I (Oct 2001) of 52.219-9.

___ (iii) Alternate II (Oct 2001) of 52.219-9.

_X__ (10) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)).

___ (11) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)).

___ (12) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).

___ (ii) Alternate I (June 2003) of 52.219-23.

___ (13) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

___ (14) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

___ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f).

__X_ (16) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)).

_X__ (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755).

_X__ (18) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126).

__X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_X__ (20) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).

_X__ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).

__X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793).

_X__ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).

_X__ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).

_X__ (25) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts).

___ (ii) Alternate I (Aug 2007) of 52.222-50.

___ (26) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)).

___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).

___ (27) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

___ (28) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).

___ (ii) Alternate I (Dec 2007) of 52.223-16.

___ (29) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d).

___ (30) (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169).

___ (ii) Alternate I (Jan 2004) of 52.225-3.

___ (iii) Alternate II (Jan 2004) of 52.225-3.

___ (31) 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

__X_ (32) 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).

___ (33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

___ (34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

___ (35) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

___ (36) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

__X_ (37) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).

___ (38) 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332).

___ (39) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332).

___ (40) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a).

___ (41) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).

___ (ii) Alternate I (Apr 2003) of 52.247-64.

________________________________________________

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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:

[Contracting Officer check as appropriate.]

___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.).

___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.).

___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

___ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008)(31 U.S.C. 5112(p)(1)).

________________________________________________

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)

(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--

(i) 52.203-13, Contractor ode of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).

(iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).

(v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793).

(vi) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).

(vii) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.)

(viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50.

(ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)

(x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)

(xi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.





The following additional Clauses are incorporated by reference:

FAR 52.222-20 Walsh-Healey Public Contracts Act (DEC 1996)



FAR 52.242-2 Production Progress Report (APR 1991)



HSAR 3052.209.70 Prohibition on Contracts with Corporate Expatriates (JUN 2006)



Offerors may contact Michael Leonard at Michael.t.leonard@uscg.mil or (510) 637-5804 for information regarding the solicitation.



NOTICE FOR FILING AGENCY PROTESTS

It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the 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 at 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. This will not preclude re-filing of the protest to meet the requirement. 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 forwarded to the address: Commandant (CG-913), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 372-3692, Fax: (202) 475-3904.



Added: Mar 02, 2009 4:59 pm
Award Notice
Please consult the list of document viewers if you cannot open a file.

Amendment 1

Type:
Mod/Amendment
Posted Date:
February 9, 2009
Description: Amendment 0001 SF 30, REV 1 Record of Changes and Specification REV 1

Amendment 2

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 3

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 4

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 5

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 6

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 7

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 8

Type:
Mod/Amendment
Posted Date:
February 9, 2009

Amendment 9

Type:
Mod/Amendment
Posted Date:
February 13, 2009
Description: Amendment 0002

Amendment 10

Type:
Mod/Amendment
Posted Date:
February 17, 2009
Description: AMENDMENT 0003
:
1301 Clay St.,
Suite 807N
Oakland, California 94612-5249
:
Onboard CGC BERTHOLF at its home morrage on Coast Guard island
Alameda, California 94501
United States
:
Michael T Leonard,
Contract Specialist
Phone: 510-637-5804
Fax: 510-637-5855