Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2002 FBO #0332
SOLICITATION NOTICE

V -- OFF LOAD/RELOCATION OF GOVERNMENT OWNED AIRCRAFT CARRIER CRASH CRANE

Notice Date
10/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
 
ZIP Code
32228-0107
 
Solicitation Number
N68836-03-T-0040
 
Response Due
11/12/2002
 
Archive Date
11/27/2002
 
Point of Contact
Judith Hopper, Purchasing Agent, Phone (904) 270-5699 X147, Fax (904) 270-6498, - Mary Hart, Supervisory Purchasing Agent, Phone (904) 270-5699 X150, Fax (904) 270-6498,
 
E-Mail Address
judith_k_hopper@jax.fisc.navy.mil, Mary_L_Hart@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-03-T-0040 applies and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 488320 and the business size standard is $21.5 dollars. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis, service to off load one government owned crash crane on board the USS John F Kennedy. This requirement is for a fixed priced contract to perform the service in accordance with the following statement of work. Labor and material to remove one government owned Aircraft Carrier Crash Crane, Lakeshore Inc model A/S32A-35A. Crane weight: 135,500 lbs, Dimensions: crane width 16 ft., crane length 34 ft, boom height 35.5 ft, boom length 28.5 ft. Acquisition cost $1,380,000.00. 1.0 Request A/S32A-35A Crash Handling and Salvage Crane (CVCC) to be removed from the flight deck of USS John F Kennedy CV-67, and placed on the pier at Naval Station Mayport FL 32228. 1.1Contractor to provide the all equipment, personnel, supervision, and rigging required to move CVCC, the following is a suggested list a. Crane to offload CVCC b. Barge to accommodate contractor crane and USS Kennedy CVCC c. Tug to maneuver barge to pier d. Rigging equipment (USS Kennedy to retain sling for future use) e. Riggers, minimum six each, Rigging foremen minimum two each, Supervisors minimum two each. f. Rigging truck and equipment g. Insurance to cover liability of CVCC 1.2 Tug shall maneuver crane and barge to bow of USS John F Kennedy on 17 December, 2002 to remove CVCC from flight deck on 18 December 2002. Time frame to conduct CVCC offload is imperative and no alternate dates are feasible. 1.3 Contractor shall have Supervisors, rigging foremen, and riggers coordinate the off-load of the CVCC as follows: 1.3.1 17 Dec 02: Ships force will position CVCC on bow of flight deck with forward portion of CVCC facing port. 1.3.2 17 Dec 02: Contractor will pre-position barge and lifting crane on port bow of Ship (CV-67) 1.3.3 18 Dec 02: Contractor shall lift and off load CVCC from flight deck of CV-67 and place onto barge for further movement. 1.3.4 18 Dec 02: Contractor shall coordinate with Naval Station Mayport Harbor Operations the movement of tug and barge with CVCC, approximately 450 yards from the ship position to the tug mooring pier, at NS Mayport. 1.3.5 18 Dec 02: Contractor shall lift and offload CVCC from barge to NS Mayport tug mooring pier. 1.3.6 18 Dec 02: After CVCC is safely placed on tug mooring pier, Ship?s force shall drive CVCC to pre-approved designated flight line location for staging of further operations. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal Hires 23850 Rigger $15.98/Hr, Fringe Benefits $2.56/hr, 23440 Heavy equipment Operator $18.30/Hr, Fringe Benefits $2.56/Hr; Clause 52.232-33, Mandatory information for electronic funds transfer payment; provision 52.219-1alternate II Small business Program Representations. clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Wage Determination 1994-2116, Revision No. 24, dated 04/05/2002 is here by incorporated into this solicitation .Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, quality of service, and past performance. Quotations must be received no later than 4:00 P.M November 12, 2002. Quotations must be in writing and may be faxed or mailed to the following. Attn Judith K Hopper, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Fax 904-270-6498 Telephone 904-270-5699 x147.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVSUP/N68836Mayport/N68836-03-T-0040/listing.html)
 
Place of Performance
Address: USS JOHN F KENNEDY CV 67 NAVAL STATION MAYPORT MAYPORT FL
Zip Code: 32228
Country: USA
 
Record
SN00195342-F 20021030/021028220956 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.