Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2002 FBO #0335
SOLICITATION NOTICE

V -- RETRIEVAL/TRANSPORT OF NAVIGATIONAL BUOYS FROM MERRIMACK RIVER, MA

Notice Date
10/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
 
ZIP Code
02886
 
Solicitation Number
DTCGG1-03-Q-3WK054
 
Response Due
11/15/2002
 
Archive Date
11/30/2002
 
Point of Contact
Ms. Jean Bretz, Contracting Officer, Phone (401)736-1765, Fax (401)736-1704,
 
E-Mail Address
JBretz@CEUProvidence.USCG.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DTCGG1-03-Q-3WK054 and is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 09. This solicitation is 100% set aside for small business concerns. The associated NAICS code is 488390, and the small business size standard is $6 million. Description of Work: The work includes retrieval and transportation of 4 lighted navigation buoys located in the Merrimack River, MA. Each buoy and attached mooring chain and concrete sinker shall be retrieved from its current location in the river and transported to the U.S. Coast Guard Buoy Depot located at 1500 Rear Main Street (also known as Trotter Road), South Weymouth, Massachusetts, 02190-1310. Coordinate delivery of the buoys and associated equipment with the depot supervisor, Mr. Steve Connolly, at 781-340-1373. Contractor shall notify the contracting officer 7 working days prior to arriving on-scene to retrieve the buoys. All 4 buoys must be removed from the river on the same day, but may be transported to the buoy depot as the contractor?s schedule allows (within the 30-day contract period). The Contractor must comply with all applicable International/Inland Navigation Rules during transit to/from the work site, and buoy retrieval operations. A copy of the International/Inland Navigation Rules (U.S. Coast Guard Commandant Instruction M16672.2D) can be downloaded at the following internet web-site: www.uscg.mil/vtm/pages/rules.htm). The 4 buoys to be retrieved/transported are as follows (See nautical chart number 13282): NAME Light List No. Location Lat/Lon Merrimack River LB 7 9020 42?-49?-12?N / 70?-48?-48?W Merrimack River LB 8 9035 42?-49?-06?N / 70?-49?-18?W Merrimack River LB 13 9050 42?-49?-02?N / 70?-50?-19?W Merrimack River LB 15 9055 42?-48?-48?N / 70?-51?-07?W The following hyperlink will direct you to buoy reference sheets and information from the U.S. Coast Guard Aids to Navigation Manual for specific information about each buoy hull and attached equipment. The information available via the hyperlink forms a part of this specification to the extent referenced. Careful review of this information is critical to ensure safe retrieval and handling of the buoys. \\Esubostwebsrv\D1\ceuprovidence\ProgramStatus\DTPhotos\TechSpecs.pdf At least one qualified supervisor capable of reading, writing, and conversing fluently in the English language shall be on the job site during working hours. Prior to commencement of any work at the site, contractor shall meet with the Contracting Officer?s Representative (COR) to discuss and develop a mutual understanding relative to the scheduling and prosecution of the work. Major subcontractors who will engage in the work shall also attend. The contractor shall identify potential hazards to workers and shall proscribe safety procedures and personal protective equipment to be used/worn to minimize the risk of injury to workers. Contractor shall discuss and obtain approval for their safety plan from the COR prior to the commencement of any work at the site. The Contractor shall keep the COR fully informed of contract operations and make arrangements to have the COR transported to the work site on the day that the buoys are retrieved from the river to observe the operation. The Contractor shall complete the USCG Daily Log form at the end of the working day and deliver it to the COR. The COR will attest to its accuracy by initialing the form and forwarding that form to the Contracting Officer. The form will be provided to the Contractor by the COR. Contractor shall be responsible and liable for loss, destruction and/or damage to, government property in their possession. Should damage or loss occur to government property in the possession of the contractor, the contractor shall be liable to replace in kind. Contractor shall provide lump sum price to include all materials, labor, supervision, and transportation, for the services identified above - Contract Line Item 0001: $____________. Provide detailed breakdown of all pricing. Service Contract Act wages apply. The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Oct 2000)* applies to this acquisition and is incorporated by reference. (* (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.) The provision at FAR 52.212-2, Evaluation Commercial Items (Jan 1999) applies to this solicitation. This is a best value procurement. Quotes will be evaluated based on the following factors: (1) Price (2) Past Performance and (3) Scheduling. Factors (1) and (2), when combined, are approximately equal to (3). Offerors shall have completed at least four (4) projects that include the retrieval of buoys and/or moorings, similar in size and complexity to this project. Submit a list of completed projects, including a detailed description of the work, and the name, address and telephone number of the owner. The offeror offering the most ambitious retrieval schedule, will be considered most advantageous to the government. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2002), with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), applies to this acquisition. The following clauses are incorporated by reference as an addendum to FAR 52.212-4: FAR 52.245-1, Property Records (Apr 1984); FAR 52.245-2, Government Property (Fixed-Price Contracts) (Dec 1989). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002), applies to this acquisition. The following additional clauses are incorporated by reference, as an addendum to FAR 52.212-5, to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: FAR 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq) (May 1989); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (Jun 2002). Due date for receipt of quotes is 15 November 2002 at 4:00 PM. Address to USCG, CEU Providence, Attn: J. Bretz, Contracting Officer, 300 Metro Center Blvd., Warwick, RI 02886, telephone (401) 736-1765, facsimile (401) 736-1704.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGCEUP/DTCGG1-03-Q-3WK054/listing.html)
 
Place of Performance
Address: Merrimack River, MA
 
Record
SN00197743-F 20021102/021101081858 (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.