Search Contract Opportunities

Overhaul and Repair of Aids to Navigation (ATON) Buoys and Parts   3

ID: 70Z08421RBHQ01700 • Type: Synopsis Solicitation • Match:  95%
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 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. This is a Request for Proposal (RFQ) and the solicitation number is 70Z08421RBHQ01700. This request is being issued by Contract Office 7008: USCG Director of Operational Logistics (DOL-95), 300 East Main Street, Suite 965, Norfolk, VA 23510. Sources Sought Notice 70Z0

2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-06. 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

3. This Request for Proposal is issued to establish a Combination Firm-Fixed Price and Requirements contract for a contract to provide all necessary management, supervision, personnel, labor, materials, transportation, general and specialized equipment (except for Government Furnished Property (GFP) identified in Technical Exhibit Two (TE-2), required to perform the overhaul, outfitting, and transportation of U.S. Coast Guard owned Aids to Navigation (ATON) buoys. Performance shall be according to standards contained in the attached Performance Work Statement (Attachment 6). The U.S. Coast Guard, Waterways Operations Product Line requires the Contractor(s) to perform overhaul/repair services for ATON buoys. The USCG has a need up to five separate contracts to overhaul/ repair buoys located within five established regions. These regions have been determined by current USCG District maps. Region One (1) Southwest (D11): Primary locations include; San Francisco, CA and San Pedro, CA; Region Two (2) Northeast (D1): Primary locations include; IPD South Weymouth, and ANT South Portland, ME, Newport, RI, Rockland ME, Bayonne NJ, Long Island Sound, NY; Region Three (3) Mid-Atlantic (D5): Primary locations include; Portsmouth, VA, Baltimore, MD, Atlantic Beach NC, Philadelphia PA; Region Four (4) Southeast (D7 and D8): Primary locations include; Key West FL, Jacksonville FL, Charleston SC, North Charleston FL, Pensacola FL, St. Petersburg FL, Mobile, AL, and Galveston, TX; Region Five (5) Midwest (D9): Primary locations include; Milwaukee, WI, Sturgeon Bay, WI, Essexville, MI, Sault Ste Marie, MI, Detroit MI, Cheboygan, MI, Port Huron, MI, Buffalo NY, Duluth MN.

4. The following Attachments apply to RFP 70Z08421RBHQ01700:
Attachment 1: Schedule of Supplies/Services_Region 1
Attachment 2: Schedule of Supplies/Services_Region 2
Attachment 3: Schedule of Supplies/Services_Region 3
Attachment 4: Schedule of Supplies/Services_Region 4
Attachment 5: Schedule of Supplies/Services_Region 5
Note: Vendor shall enter unit price, cells for total price cells contain formulas and will calculate automatically

Attachment 6: Performance Work Statement (PWS)
Attachment 7: Specification for Overhaul of Steel Ocean Buoys 507B
*Attachment 8: Wage Determination for all locations. The Wage Determination applicable to the successful offer's facility will be incorporated into the contract documents, all others will be removed at time of award.

San Francisco, CA- WD 2015-5637 Revision 15 Dated 06/13/2020

San Pedro, CA-WD 2015-5613 Revision 15 Dated 06/13/2020

Weymouth, MA- WD 2015-4048 Revision 14 Dated 04/09/2020

Newport, RI- WD 2015-4089 Revision 13 Dated 04/13/2020

Bayonne, NJ-WD 2015-4186 Revision 15 Dated 04/09/2020

Long Island Sound, NY-WD 2015-4157 Revision 11 Dated 04/20/2020

Portsmouth, VA-WD 2015-4340 Revision 14 Dated 08/04/2020

Baltimore, MD-WD 2015-4265 Revision 13 Dated 04/22/2020

Atlantic Beach, NC-WD 2015-4401 Revision 12 Dated 05/29/2020

Philadelphia, PA-WD 2015-4234 Revision 16 Dated 04/21/2020

Key West, FL-WD 2015-4584 Revision 14 Dated 05/03/2020

Jacksonville, FL-WD 2015-4539 Revision 11 Dated 08/28/2020

Pensacola, FL-WD 2015-4562 Revision 14 Dated 06/18/2020

St. Petersburg, FL-WD 2015-4572 Revision 12 Dated 06/18/2020

Charleston, SC-WD 2015-4428 Revision 15 Dated 06/03/2020

Mobile, AL-WD 2015-4606 Revision 11 Dated 06/18/2020

Galveston, TX-WD 2015-5234 Revision 14 Dated 06/27/2020

Milwaukee, WI-WD 2015-4900 Revision 12 Dated 06/23/2020

Sturgeon Bay, WI-WD 2015-4920 Revision 14 Dated 05/10/2020

Essexville, MI-WD 2015-4838 Revision 12 Dated 06/19/2020

Sault Ste Marie, MI-WD 2015-4872 Revision 15 Dated 06/21/2020

Detroit, MI-WD 2015-4840 Revision 15 Dated 05/10/2020

Cheboygan, MI-WD 2015-4873 Revision 13 Dated 05/10/2020

Port Huron, MI-WD 2015-4868 Revision 15 Dated 05/10/2020

Buffalo, NY-WD 2015-4868 Revision 15 Dated 05/10/2020

Duluth, MN-WD 2015-4148 Revision 16 Dated 04/24/2020

**Attachment 9: Past Performance Questionnaire (PPQ) (to be removed at time of award
Attachment 10: Technical Exhibits
TE-1 Performance Requirements Summary and QASP
TE-2 Government Furnished Property (GFP)
TE-3 Required Delivery Days
TE-4 Estimated Color Schemes
TE-5 Foam Buoy Repair
TE-6 Forms
Attachment 11: DHS Form 7003-3, Contractor's Release or Equivalent
Attachment 12: DHS 700-21, Material Inspection and Receiving Report (MIRR)
Attachment 13: Drawing List

107334H-2 Ball Vent Valve

121157D-3 1 2 X8LR Buoy Assembly and Details (1992 type)

121158E-5X11LR Buoy Assembly and Details (1992 type)

121160C-5x11LR and 3-1/2x8 LR Pocket Covers

121159D-Standard Buoy Tappers & Adapter Plate

120777E-Buoy Whistle & Valve

120994F-Buoy Bells & Gongs

120998F-Lighted Buoys Bell & Gong Stands

121024H-3-1/2 & 5 FT. Buoys Can Radar Reflector

120316G-3-1/2 & 5 FT Buoys Nun Radar Reflector

121102G-Swingbolt and Clevis Pin

121104G-22" Battery Pocket Cover

121143D-24" Battery Pocket Cover

121162A-22" and 24" Battery Pocket Conversion Kit

121100M-Solar Buoy Double Battery Box

121108F-1988 Type First Class Nun Buoy (1NR)

121109F-1988 Type First Class Can Buoy (1CR)

121110E-1988 Type Second Class Nun Buoy (2NR)

121111F-1988 Type Second Class Can Buoy (2CR)

121112G-1988 Type Third Class Nun Buoy (3NR)

121113G-1988 Type Third Class Can Buoy (3CR)

121129G-1988 Type 7x17LR Buoy

121130F-1989 Type 8x26LR Buoy

121131F-1989 Type 8x26LWR Buoy

121132F-1989 Type 9x32LR Buoy

121137F-1990 Type 9x20 R Buoy

121145E-1991 Type 8x21LR Buoy

121151F-9x35 LWR Buoy

121152F-1992 Type 6x20LR Buoy

121174A-8x26LR/LWR Buoy Tower

121175A-8x21LR & 9x20 R Tower

121176-6x20LR & 7x17LR Buoy Tower

121140E-Buoy Lift Eyes

121188-2010 Type 8x26LR

121189-2010 Type 8x26LWR

121191-2010 Type 7x17LR

121192-2010 Type 6x20LR

121193A-2010 Type 7x20LIR Buoy

121056B-ATON Cover Plate for 9x35LWR

5. This solicitation is Set-Aside for Small Business Concerns (100%). The North American Industry Classification (NAICS) 332313 and the size standard is 750 employees.

6. This requirement consists of a Base Year and Four (4) Options Years
Anticipated Contract Performance Periods (dates may change based on contract award date)
Base Period: 03 Mar 2021 (or date of award) 02 Mar 2022
Option Period 1: 03 Mar 2022 02 Mar 2023 (If exercised by the Government)
Option Period 2: 03 Mar 2023 02 Mar 2024 (If exercised by the Government)
Option Period 3: 03 Mar 2024 02 Mar 2025 (If exercised by the Government)
Option Period 4: 03 Mar 2025 02 Mar 2026 (If exercised by the Government)
7. Schedule of Supplies/Services is provided as Attachment 1 5. All prices submitted in response to this solicitation shall be in whole dollar amounts and based on fixed prices. The schedule of Supplies/Services and Unit Price is divided into five (5) REGIONS with each REGION having five (5) performance periods each. This solicitation may result in up to five contracts (one for each Region). Offeror(s) have the option to propose on only one Region, on any two Region, any three Regions, on any four Regions or on all five Regions. Contracts will be awarded to the offeror(s) who offer is most advantageous to the Government, price and other factors considered.

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

9. Systems for Award Management: IAW FAR 4.1102(a), offerors are required to be registed in the Systems for Award Management (SAM) database at the time an offer or quotation is submitted in order to comply with the annual representations and certification requirements. Registration may be done on-line at www.sam.gov.

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

All invoices from the Contractor shall be submitted electronically IAW FAR 52.232-33.

Using Internet Explorer (not Google Chrome, Yahoo, Firefox, etc.) select the link: http://www.fincen.uscg.mil/electron_cg24.htm

Click Online: Coast Guard Award Invoices or Contract/Order Invoices. This will take you to a login page. Please click on the link for the USCG Vendor Electronic Invoice Submissions Quick Reference Guide which will walk you through the process of creating a login and password needed to electronically submit invoices.

https://www.fincen.uscg.mil/centralinv/USCGVendorElectronicInvoiceSubmissionsQuickReferenceGuide.pdf

When filling out the Contractor Invoice Submission Form please be sure to select the Invoice Routing Code (SILC PCB-4) so the invoice reaches our office for processing. Please make sure you insert the contract and invoice number as it is documented on your contract task order and/or modification.

If you have difficulties uploading your invoice, contact the Finance Center's Customer Service Team at (757) 523-6940.

Copies shall also be emailed to the Contract Specialist and the COR.

a. 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 Task 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.

b. The Contractor shall submit all invoices for supplies or services via the U.S. Coast Guard Finance Center (FINCEN) website at: www.fincen.uscg.mil

(1) Select Submitting Invoices under Vendors on the right hand side of the screen.

(2) Select Coast Guard Vendors

(3) Select Coast Guard Award Invoices or Contract/Order Invoice ( 24' document)

(4) Select Online: Coast Guard Award Invoices or Contract/Order Invoices

(5)Go to Step 3 (if contractor has already created a PDF invoice) to complete the Contractor Invoice Submission Form .

c. The electronic submission requires the contractor to:

(a) Complete the Contractor Invoice Submission Form

(b) Select the correct Invoice Routing Code, which is SILC PCB-4 (the Contractor must select the correct Invoice Routing Code for timely invoice processing.)

(c) Attach a single PDF file, which can be no larger than 3 MB, containing the invoice and any necessary supporting documentation. (Grey-scale PDFs and Portfolio PDFs are not compatible.)

(d) If your single PDF file is larger than 3 MB:

  • Complete the Contractor Invoice Submission Form via the website and attach the invoice document only, then

d. 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. All improper invoices will be rejected which could delay payment.

11. Place of Performance: Principle place of performance will be at the Contractor's Facility with pick and delivery from various USCG locations.

12. 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 (NO phone calls) to the Contract Specialist at barbara.t.spruill@uscg.mil no later than (28 JAN 2021) 3:00 PM Eastern. Follow-up/additional questions will not be accepted after this date. Offerors shall reference the solicitation number and provide enough information in their e-mail so the Government can easily respond to their questions/concerns. All questions/concerns will be compiled and addressed on an Amendment of Solicitation (SF-30) and will be posted on the beta.SAM.gov website for viewing by all potential offerors.

13. 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 EST, Thursday, February 11, 2021 to be considered for award.

FAR PROVISION 52.212-1: Instructions To Offerors-Commercial Items (JAN 2020).

(a) North American Industry Classification System (NAICS) code and Small Business Size Standard. The NAICS code and business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 750 employees.

(b) Submission of Offers. Tailored

Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, offerors must follow the instructions below (see (1) (4) below)

(1) Offer. Offerors are required to submit all of the documents and information listed below [(i) (iii)] to be eligible for award. Each Section/Volume shall be a separate document. Prices shall be submitted on the SF-1449; do not submit offers on company letterhead or any other method. Incomplete information or errors could make an Offeror ineligible for award.

(i)Price Section/Volume Schedule of Supplies/Services. Offerors shall complete the following sections of the SF-1449 and submit with their offer:

Solicitation

Instructions

(B)

Schedule of Supplies/Services

Complete the Schedule of Supplies/Services and Unit Prices by filling in ALL unit prices , estimated amounts , and estimated grand totals. (Please double check your calculations)

(C)

HSAR Clause 3052.209-70(f)

Complete paragraph (f) of HSAR Clause 3052.209-70, Prohibition on Contracts with Corporate Expatriates.

(D)

FAR Provision 52.209-7(b)

Complete paragraph (b) of FAR Provision 52.209-7, Information Regarding Responsibility Matters

(E)

FAR Provision 52.209-11

Complete paragraph (b) of FAR Provision 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)

(F)

FAR Provision 52.222-22

Complete paragraph(s) (a) and (b) of FAR Provision 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)

(E)

FAR Provision 52.212-3

Complete FAR Provision 52.212-3 (Offeror Representations and Certifications-Commercial Items) by one of the following methods:

  • Complete FAR Provision 52.212-3 attached to this solicitation and submit with offer, or
  1. Complete FAR Provision 52.212-3 on the SAM website: https://www.sam.gov/portal/public/SAM/. If the offeror completes the provision on the SAM website, the NAICS Code in paragraph 5 shall be listed in their SAM record. An Offeror shall state in their offer if they completed FAR Provision 52.212-3 on the SAM website (the information in SAM must be up-to-date and valid).

(ii) Technical Section/Volume. Offerors shall submit a Technical Section that includes the following information and/or documents with their offer:

Documents/Information

Instructions

(1)

Technical Approach/Capability

Offeror shall address the following:

  1. Personnel and Staffing: Offerors shall provide information to describe positions, position descriptions, indicate current employees or proposed hires, and levels of management to be on site during working hours (normal, after hours and emergency hours). Offerors shall provide certifications for welders and welding inspectors, and documentation on painters, as described in the PWS. Offerors shall describe the firm's recruitment, training programs, and initiatives to ensure adequate staffing and rationale for determining staffing requirements, in addition to a list of potential subcontractor that the offeror would intend to use for this contract (if any). Describe what parts of the work the offeror would intend to subcontract.
  2. Specific Task Approach: Offerors shall articulate their proposed method/approach for accomplishing the specific tasks outlined in C.5 of the Statement of Work and a well thought out approach that is likely to yield the required results, in addition to their overall understanding of the requirements. The technical proposal should be precise and not assume the evaluation team is aware of the offeror's capabilities, plans, facilities, organization or any other pertinent facts that are important to accomplish this requirement. The use of general or vague statements such as standard procedures will be used or good business practices will be used will be interpreted as evidence of a lack of understanding on the part of the offeror and/or as inability to demonstrate adequate qualifications. Describe what parts of the work the offeror would intend to subcontract.
  3. Transportation Approach: Offerors shall describe how they will comply with requirements outlined in C.5 of the Statement of Work for handling buoys at the contractor's facility and the transportation between the contractor's facility and the USCG destinations.

(2)

Management Control Measures

Offerors shall address the following:

  1. Environmental Controls: Offeror's shall describe environmental controls and compliance processes for handling and disposal of hazardous materials, petroleum products, toxic substances, and other hazardous waste. Demonstrate an understanding of applicable environmental regulations, liabilities, and penalties for hazardous material storage, transportation, and disposal. Discuss recycling and waste minimization. Describe methods of control, retention, and disposal of blast media and dust.
  2. Quality Control: Demonstrate understanding of required inspection points, procedures, and techniques prescribed in the PWS, and what quality control processes will be implemented to ensure full compliance with all Coast Guard technical requirements. Provide method for quality control tracing systems and procedures for re-work or incomplete repairs.
  3. Property Management and Control: Describe procedures to ensure availability of required parts, materials, and supplies including alternate sources as applicable. Describe the offeror's existing equipment that will be required for this contract, including availability and contingency plans if this equipment becomes unavailable for use during the course of the contract. Describe contingency plans for transferring parts after hours and under extreme weather conditions. Identify the paint systems that will be used, and their compliance with Coast Guard requirements. Describe the inventory control and management plan for Government Furnished property. Describe the offeror's existing facilities that will be used to meet the requirements of this contract.

(3)

Recent, Relevant Experience

Offerors shall provide up to three (3) projects within the past five (5) years that are similar in size, scope and complexity to this project. Provide recent, relevant experience in the overhaul of navigational buoys or items of similar design and construction. Offerors shall explain how the experience they have identified is to the proposed efforts. Explanations may include discussions on significant achievements or past problems and how the problems were identified, managed, and resolved.

Note: Do not include prices in the Technical Section. Unnecessary elaboration or other presentations beyond that sufficient to present a complete and effective offer/Technical Section are not desired. The use of general or vague statements such as standard procedures will be used or good business practices will be used will be interpreted as evidence of a lack of understanding on the part of the offeror and/or as inability to demonstrate adequate qualifications.

Page Limit 25 pages. The government will not count a Cover Page, Cover Letter, Table of Contents, and/or Acronym List in the page limit(s) above.

Definition of a Page: Each page is one single sided 8.5 x 11 sheet. Each page shall have at least one inch margins on all sides and Times New Roman font with a 12 point size type or larger.

Tables/Charts/Graphs: The Times New Roman font with a 12 point size type or larger does not apply to tables, charts, and graphics as long as the font is legible.

(4) Past Performance Section/Volume .

Offerors shall submit with their offer the below information for up to three (3) different projects within the last five (5) years, the offeror included in its proposal for Factor 3, Recent Relevant Experience. Only one Past Performance Questionnaire shall be completed per contract/order.

Page Limit: 3 (Use the same Definition of a Page listed above)

Note: The Government may use a variety of sources, data, and/or information available about the offeror's current or past performance, not just the information identified by an offeror, to evaluate past performance. All information obtained will be used to determine the offeror's ability to perform a contract successfully. See FAR Provision 52.212-2 for more information.

Required Information:

Name of Company or Government entity / Contract Number / Contract Type / Amount / Description of Supply or Service / Point-of-Contact (Name, E-mail Address and Phone Number)

(2) Past Performance Questionnaires. Offerors are responsible for insuring that Past Performance Questionnaires (PPQ) (Attachment 9) are completed and submitted on up to three (3) different government (federal, state, local), private, and/or commercial contracts that have been awarded to the offeror.

Instructions

The Offeror shall send up to three (3) Past Performance Questionnaires (PPQ) to government (federal, state, local), private, and/or commercial entities for projects included in its proposal for Factor 3, Recent Relevant Experience completed within the past 5 years.

Only one Past Performance Questionnaire shall be completed per contract/order.

Who can complete a PPQ

A point-of-contact (i.e., past performance evaluator) from the government (federal, state, local), private, or commercial entity that has firsthand knowledge of a contract awarded to the offeror shall complete a PPQ. The same person cannot complete more than one Past Performance Questionnaire for an offeror. PPQs shall be completed by the actual customer/end user.

Who cannot complete a PPQ

The offeror (including any employee/ team member of the offeror) cannot complete a PPQ for their company (or their proposed subcontractor/partner) or submit a PPQ to the government on behalf of a past performance evaluator.

A PPQ shall not be completed by a point of contact/employee of a prime contractor that your company worked for as a sub-contractor or your company's parent, sister, or partner company.

Submission of completed PPQs

Each past performance evaluator shall submit a completed Past Performance Questionnaire (PPQ) directly to the Contract Specialist, by the Offer Due Date/Local Time (SF-1449/Block 8), unless extended by a solicitation amendment.

Barbara Spruill/Ctr., Contract Specialist
E-Mail: barbara.t.spruill@uscg.mil
Fax Number: (757) 628-4962

Note

The Government may use a variety of sources, data, and/or information available about the offeror's current or past performance, not just the information identified by an offeror, to evaluate past performance. All information obtained will be used to determine the offeror's ability to perform a contract successfully. See FAR Provision 52.212-2 for more information.

(3) Solicitation Amendments. If applicable, Offerors shall acknowledge all Solicitation Amendments. Offerors shall complete Blocks 8 and 15(a-c) on all Solicitation Amendments (SF-30) issued by the Government and submit with their offer. Solicitation Amendments will be posted on the beta.Sam.gov website for all potential offerors to view.

(4) Where to Submit Offers. Submit your offer (all the documents and information listed in subparagraph (b)(1)) to the below address or via e-mail; your offer shall be received at or before the exact date and time specified in this solicitation. Do not submit offers via document sharing websites.

Mailing/Physical Address

United States Coast Guard
DOL 95 COCO
Attn: Barbara Spruill/Ctr
300 East Main Street, Suite 965
Norfolk, VA 23510-9112

E-Mail Address*

Barbara.T.Spruill@uscg.mil

DO NOT submit removable memory/storage devices or media, such as, flash drives, thumb drives, memory sticks, hard drives, CDs, DVDs, or any other similar devices. USCG policy prohibits the use of removable memory/storage devices or media on USCG workstations and the USCG network.

(c) Period for Acceptance of Offers. Tailored

The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers.

(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and

(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to

GSA Federal Supply Service Specifications Section
Suite 8100
470 East L'Enfant Plaza, SW
Washington, DC 20407

Telephone (202) 619-8925
Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(i) ASSIST (https://assist.dla.mil/online/start/).

(ii) Quick Search (http://quicksearch.dla.mil/).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Unique entity identifier. .(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

(k) Reserved.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

Addendum to FAR Provision 52.212-1

(m) Submission of Certified Cost or Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost or Pricing Data (FAR 15.403-3).

It is the Department of Homeland Security's policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, the offeror may be required to submit either Certified Cost or Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost or Pricing Data (FAR 15.403-3) to support price negotiations.

End Addendum to FAR Provision 52.212-1

REMANING CLAUSES AND PROVISIONS ARE PROVIDED AS ATTACHMENTS

Overview

Response Deadline
Feb. 17, 2021, 3:00 p.m. EST (original: Feb. 11, 2021, 3:00 p.m. EST) Past Due
Posted
Jan. 14, 2021, 2:59 p.m. EST (updated: Feb. 11, 2021, 4:09 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
On 1/14/21 Coast Guard issued Synopsis Solicitation 70Z08421RBHQ01700 for Overhaul and Repair of Aids to Navigation (ATON) Buoys and Parts due 2/17/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332313 (SBA Size Standard 750 Employees) and PSC J020.
Primary Contact
Name
Barbara T. Spruill   Profile
Phone
(757) 628-4159

Secondary Contact

Name
COURTNEY BAKER-WILLIAMS   Profile
Phone
(757) 628-4042

Documents

Posted documents for Synopsis Solicitation 70Z08421RBHQ01700

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z08421RBHQ01700

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z08421RBHQ01700

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 70Z08421RBHQ01700

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z08421RBHQ01700

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z08421RBHQ01700

Experts for Overhaul and Repair of Aids to Navigation (ATON) Buoys and Parts

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
March 4, 2021
Last Updated By
vincente.m.macho@uscg.mil
Archive Date
March 4, 2021