Back to tenders & grants page
USCGC WYACONDA BERTHING/MESSING
Receive Tenders like this by email

USCGC WYACONDA BERTHING/MESSING

Department of Homeland Security has announced on 28 Jun 2019 that is accepting bids for the following project: USCGC WYACONDA BERTHING/MESSING.

The tender will take place in United States and will cover the Real Estate industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for USCGC WYACONDA BERTHING/MESSING. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United States

General information

Donor:

Department of Homeland Security

Industry:

Real Estate

Consumer Goods & Services

Tourism

Status:

Accepting bids

Timeline

Published:

28 Jun 2019

Deadline:

Not available

Value:

Not available

Contacts

Phone:

410-762-6495

Description

:
70Z08519Q-45H19
:
Combined Synopsis/Solicitation
:
Added: Jun 28, 2019 1:04 pm
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.

The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, USING SIMPLIFIED ACQUSITION PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER IS 70Z08519Q-45H19. ISSUED AS A REQUEST FOR PROPOSALS. THIS REQUEST FOR PROPOSAL INCORPORTATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2019-01 DTD JAN 2019. THIS NOTICE IS NOT SET ASIDE FOR SMALL BUSINESS. THE NAICS CODE APPLICABLE TO THIS PROCUREMENT IS 721110 STANDARD BUSINESS SIZE IS $32.5 MILLION. THE CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. THE CONTRACT IS EXPECTED TO BE AWARDED ON OR ABOUT JULY 12TH, 2019. PERIOD OF PERFORMANCE IS JULY 11TH THROUGH AUGUST 27TH, 2019. CLOSING DATE/TIME FOR SUBMISSION OF OFFERS IS JULY 11TH, 2019 TWELVE (12) NOON EASTERN STANDARD TIME. WAGE DETERMINATION #2015-4673 REV 8 DATED DEC 26TH, 2018 APPLIES TO THIS NOTICE. THE IBCT PRODUCT LINE HAS A REQUEST FOR BERTHING AND MESSING SERVICES FOR THE USCGC WYACONDA (WLR 75403) 75 FOOT "C CLASS" RIVER BUOY TENDER WHILE THEIR VESSEL IS IN DRY DOCK FOR REPAIRS.
VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.
** LATE BIDS WILL NOT BEACCEPTED**
NOTE: CREW TO BE LOCATED IN ONE HOTEL. MULTIPLE HOTELS NOT ACCEPTABLE.
**CREDIT CARDS TO BE MANAGED BY THE CREW FOR MEALS IS NOT ACCEPTABLE**
IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.*
CONTRACTING OFFICER'S AUTHORITY
NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND, NOT WITH STANDING ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECITON OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF.
CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 28TH, 2019.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BECONSIDERED BY THIS AGENCY. THIS REQUEST FOR QUOTATION IS ISSUED IN ACCORDANCE WITH THE FORMAT INSUBPART 12.6 OF THE FAR AND PURSUANT TO FAR PART 13. HSAM 3006-302-1 AND FAC NO 2019-01 (JAN 2019) THE IBCT PRODUCT LINE IS REQUESTING BERTHING AND MESSING SERVICES FOR THE USCGC. WYACONDA RIVER BOATTENDER. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);
FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) IS INCORPORATED. OPTION TO EXTEND OR TERMINATE SERVICES WITH NO ECONOMIC COST TO THE GOVERNMENT AT QUOTED PRICE AT TIME OF AWARD IAW SPECIFICATION APPLIES.
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
52.222-41, Service Contract Act of 1965, (Nov 2007),
52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
FAR CLAUSE 62-204-7 VENDOR MUST BE ACTIVE IN SAM AT TIME QUOTE IS SUBMITTED.


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



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:
(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.
(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.).
(End of Clause)
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 General Accountability Office (GAO).

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

WYACONDA BERTHING/MESSING

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
WYACONDA BERTHING/MESSING
Posted Date:
June 28, 2019
Description: USCGC WYACONDA BERTHING/MESSING SPEC
:
2401 Hawkins Point Road
Building 31, Mail Stop 26
Baltimore, Maryland 21226-5000
United States
:
Cecelia J. Whitehead,
CONTRACTING OFFICER
Phone: 410-762-6495
Fax: 410-762-6570THIS IS A COMBINED S

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more