Search Contract Opportunities

Manufacture and Delivery ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various U.S. Coast Guard Units and Cutters   3

ID: 70Z08424QWOPL0002 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 13.5 and 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.

a. This is a Request for Quotes (RFQ) and the solicitation number is 70Z08424QWOPL0002. This request is being issued by Contract Office 7008: DHS, USCG Operational Logistics Command (LOG-95), 300 East Main Street, Suite 965, Norfolk, VA 23510.

b. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-03. The full text of FAR Clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far. The full text of HSAR Clauses may be accessed electronically at: https://www.acquisition.gov/hsar

c. This solicitation is Full and Open Competition, after exclusion of sources and is 100% Set-Aside for Small Business. The North American Industry Classification (NAICS) 332618 and the size standard is 500 employees.

d. A list of line-item numbers and items, quantities, and units of measure (including options) is found at Attachment 1, B.2 Schedule of Prices. Unit prices for the Option years are subject to the Economic Price Adjustment.

1).The offeror shall complete the Price Schedule (Attachment 1), which includes tabs for each performance period (Base Period Option Period 2), in the Excel document and submit with their completed offer.

2) The offeror shall provide a Unit Price for all items. Although formulas calculate the Amounts and the Grand Totals in the Excel spreadsheet, please double check that the calculations are correct before you submit your proposal and ensure you are using two decimal places in the unit price to prevent rounding errors.

3) For each CLIN, the offeror shall provide the amount of the portion of the unit price that is subject to one of the EPA Clause in the columns labeled Portion of the Unit Price Subject to the EPA . Wire Rope is subject to the EPA Clause for Steel. For purposes of submitting a proposal, the Portion of the Unit Price Subject to the EPA should be the same amount for the same item for performance periods Option Period 1 Option Period 2. There is no EPA applicable in the Base Period.

Example: When an offeror completes the Price Schedule (Attachment 1 under Section J), if the Portion of the Unit Price Subject to the EPA for CLIN X001AA, USCGC Chena, Hickman, KY, is $100 for the Option Period 1, then it should be $100 for each Option Period CLIN for the same item (CLINs 1001AA 2001AA) also. (Note: The below sample involves the same item.)

4)The completed awarded price schedule will be incorporated into section B.5 of the contract upon award.

e. This Request for Quotes is issued to establish an Indefinite Delivery Indefinite Quantity Contract with Firm-Fixed Delivery Orders subject to Economic Price Adjustment to provide 1/2-inch Wire Rope for Various Coast Cutters/Units in accordance with the attached Federal Specification Wire Rope Strand RR-W-410H, dated 22 December 2015.

f. Date and place of delivery: Delivery Locations are FOB Destination. Delivery date for orders is 120-days after receipt of order (ARO). Potential delivery locations are identified in Attachment 2 and will be identified on individual delivery orders.

g. FAR Provision 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and any addenda to the provision (See Attachment 6).

h. FAR Provisions 52.212-2, Evaluation-Commercial, applies to this acquisition with specific evaluation criteria (See Attachment 6).

i. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and any addenda to the clause (See Attachment 6).

j. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, applies to this acquisition (See Attachment 6).

k. The acquisition is not rated.

l. Offerors responding to this announcement shall submit their proposals via email to Barbara.T.Spruill@uscg.mil. All proposals must be received by 3:00 PM Eastern, Thursday September 11, 2024 to be considered for award. Electronic commerce method (email) submissions are authorized (see FAR 15.208).

m. Contact Barbara Spruill, (757) 628-4159 for information regarding the solicitation.

n. Non-Disclosure Statement /Confidentiality Statement/Certification of Non-Conflict of Interest Statement: Barbara Spruill, a Government Contractor, employed by Chenega Enterprise Systems and Solutions, LLC will provide primary Contract Specialist services for this procurement. Although Ms. Spruill is assigned as the primary Contract Specialist, please note that Contract Specialist duties may also be performed by Mr. James Kanash, and Ms. Kirsten Johnson, both employees Chenega Enterprise Systems and Solutions, LLC. Non-disclosure agreements between Ms. Spruill, Ms. Johnson and Mr. Kanash, and Chenega Enterprise Systems and Solutions, LLC are required in accordance with the Trade Secrets Act as implemented by FAR 9.505-4.

2. The following Attachments apply to RFQ 70Z08424QWOPL0002:

Attachment 1 B.2 Schedule of Prices (.xlsx format) (pages 1 5)

Note: Vendor shall enter unit price, cells for total price cells contain formulas and will calculate automatically. Also, enter unit price for EPA for Options 1 and 2, cumulative totals not required for these columns.

Attachment 2 USCG Delivery Locations

Attachment 3 Federal Specification RR-W-410H, Wire Rope and Strand

Attachment 4 DHS Form 700-21 Material Inspection and Receiving Report

Attachment 5 Past Performance Questionnaire (PPQ)

Attachment 6 Clauses and Provisions

Attachment 7 SF-1449 (optional, for award only)

3. This requirement consists of a Base Year and Two (2) Options Years
Anticipated Contract Performance Periods (actual dates may change based on contract award date)
Base Period: 20 SEP 2024 (or date award) 19 SEP 2025

Option Period One: 20 SEP 2025 19 SEP 2026 (If exercised by the Government)

Option Period Two: 20 SEP 2026 19 SEP 2027 (If exercised by the Government)

4. Schedule of Supplies/Services is provided as Attachment 1. All prices submitted in response to this solicitation shall be in whole dollar amounts and based on fixed prices. The Government will evaluate offers for award purposes by adding the total prices for all options to the total price for the basic requirements. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Fixed Unit Prices shall include all costs to provide the supplies, which includes, but is not limited to, all applicable Federal, State, and local taxes and duties in accordance with FAR Clause 52.212-4(k), Taxes and all FOB destination, delivery, and shipping charges. Note: FAR Clause 52.212-4(x), Economic Price Adjustment (EPA) Steel, is only applicable to the cost of steel.

5. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.

6. Payment will be made by Electronic Funds Transfer (EFT) to the financial institution listed in the System for Award Management (SAM) (See FAR Clause 52.232-33). Electronic submission of invoices is mandatory for this contract and/or any orders issued in accordance with this contract.

7. CGAP 3032.7002-90, Invoice and Voucher Review and Approval

Electronic Submission of Payment Requests (FSMS Awards)

(a) Definitions. As used in these instructions -

(1) Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), Content of Invoices and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available must be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 must be provided.

(b) Except as provided in paragraph (c) of this clause, the contractor must submit payment requests electronically using the Invoice Processing Platform (IPP). Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.

(c) The contractor may submit payment requests using a method other than IPP only when the contracting officer authorizes alternate procedures in writing in accordance with Coast Guard procedures.

(d) If alternate payment procedures are authorized, the contractor must include a copy of the contracting officer's written authorization with each payment request.

(e) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/. 2. In conjunction with the subject award, proper invoices will be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. IPP is a secure web-based electronic invoicing system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.

(f) Receiving Official: [Insert name here] Invoice Approver Official: [Insert name here] Contracting Officer's Representative: [Insert name here] (to be completed at time of award).

8. Upon completion of each contract requirement the Contractor shall prepare and furnish to the COR/Alternate COR for approval a DHS 700-21 Form, Material Inspection and Receiving Report (MIRR). One copy of each DHS 700-21 Form, or approved equivalent, shall be submitted with the invoice. The report shall include:

  • Contract Number including Delivery Order Number
  • DHS 700-21 Form or equivalent invoice number.
  • CLIN Number, CLIN description, quantity, unit price, and extended price.
  • Description of any invoice deductions.
  • A copy of the Progress Report (as necessary)

Invoices shall not be submitted until the Material Inspection and Receiving Report (DHS 700-21) has been approved by the COR.

The Contractor shall submit a proper invoice as identified in FAR Clause 52.212-4(g) Invoice. All invoices shall be itemized to correlate to the Schedule of Supplies/Services and submitted after proof of delivery at the USCG site. All improper invoices will be rejected which could delay payment.

9. 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. All questions/concerns regarding this solicitation shall be submitted via email to the Contract Specialist at Barbara.T.Spruill@uscg.mil no later than 7 days prior to the due date for receipt of proposal. Follow-up/additional questions will not be accepted after this date, unless the date for receipt of proposal is extended an Amendment of Solicitation (SF-30), which will be posted on the SAM.gov website for viewing by all potential offerors.

10. Place of Performance: Principal place of performance will be at the Contractor's Facility with delivery to various USCG locations.

11. Please ensure that all Attachments are reviewed and completed as indicated. Your form for input of the Unit Price amounts is found in Attachment 1 and Technical Factors are found in Attachment 6, Clauses and Provisions and both must be returned with your proposal along with any Solicitation Amendments, if issued.

Background
This solicitation is issued by the Department of Homeland Security (DHS), specifically the U.S. Coast Guard (USCG) Operational Logistics Command. The goal of this contract is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the manufacture and delivery of 1/2-inch Wire Rope for various Coast Guard units and cutters, in accordance with Federal Specification Wire Rope Strand RR-W-410H, dated December 22, 2015.

Work Details
The contractor will provide 1/2-inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope. The solicitation includes a Price Schedule (Attachment 1) that outlines line-item numbers, items, quantities, and units of measure. The contractor must complete the Price Schedule in an Excel format and provide unit prices for all items.

The unit prices must include all costs associated with providing the supplies, including applicable taxes and shipping charges. Specific instructions include:
- For each CLIN, indicate the portion of the unit price subject to Economic Price Adjustment (EPA) for steel.
- The completed price schedule will be incorporated into the contract upon award.

Period of Performance
The anticipated contract performance periods are as follows: Base Period from September 20, 2024 to September 19, 2025; Option Period One from September 20, 2025 to September 19, 2026; Option Period Two from September 20, 2026 to September 19, 2027.

Place of Performance
The principal place of performance will be at the contractor's facility with delivery to various U.S. Coast Guard locations identified in Attachment 2.

Overview

Response Deadline
Sept. 11, 2024, 3:00 p.m. EDT Past Due
Posted
Aug. 21, 2024, 10:08 a.m. EDT (updated: Sept. 4, 2024, 10:14 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source

Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
64% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 8/21/24 Coast Guard issued Synopsis Solicitation 70Z08424QWOPL0002 for Manufacture and Delivery ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various U.S. Coast Guard Units and Cutters due 9/11/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332618 (SBA Size Standard 500 Employees) and PSC 4030.
Primary Contact
Name
Barbara T. Spruill   Profile
Phone
(757) 628-4159
Fax
(757) 628-4135

Secondary Contact

Name
Vicente M. Macho   Profile
Phone
(757) 628-4490
Fax
None

Documents

Posted documents for Synopsis Solicitation 70Z08424QWOPL0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z08424QWOPL0002

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z08424QWOPL0002

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 70Z08424QWOPL0002

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z08424QWOPL0002

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z08424QWOPL0002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z08424QWOPL0002

Experts for Manufacture and Delivery ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various U.S. Coast Guard Units and Cutters

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > DOL-9
FPDS Organization Code
7008-70Z084
Source Organization Code
100165504
Last Updated
Sept. 27, 2024
Last Updated By
jennifer.blackwell@uscg.mil
Archive Date
Sept. 26, 2024