Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

V -- anti-small craft barrier operations and maintenance contract for San Diego CA bases.

Notice Date
10/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404R0002
 
Response Due
10/31/2003
 
Archive Date
11/30/2003
 
Point of Contact
Jessica Dunker 619-532-2588 Contract Specialist @619-532-2588
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFP N00244 -04-R-0002 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 and DFAR Change Notices effective through 10/01/03. The standard industrial code is 4492 (NAICS 488330), and the business size standard is $6 million. This requirement is for a fixed priced contract for anti-small craft barrier operations and maintenance contract as follows. The contract is for a base year and two one-year options. The barriers are located at 32nd Street Naval Station, NAS North Island, and Subase Point Loma. The Statement of Work is as follows: Anti-Small Craft Barrier Operations and Maintenance 1.0 INTRODUCTION CNRSW Port Operation Program seeks marine services on a best value basis. These services are to support maintenance a nd operation of the Navy anti-small craft barrier at Naval Base Point Loma, Naval Base Coronado, and Naval Base San Diego. 2.0 SCOPE Services will be performed on a firm-fixed price and as required basis. 3.0 PERIOD OF PERFORMANCE The base period of performance is 11/1/03 through 10/30/04 with four follow-on option years. 4.0 HOURS OF OPERATION Regular 8 hour shifts. Government will set the 8 hours between 0600 - 1800, Monday-Friday, excluding Federal holidays. 5.0 PLACE OF PERFORMANCE San Diego Bay Naval Installations, including Naval Base Point Loma, Naval Base Coronado, and Naval Base San Diego. 6.0 SECURITY CLEARANCE The company requires a base access, confidential clearance. 7.0 GOVERNMENT FURNISHED PROPERTY The Government will provide repair parts and materials for repairs and maintenance to government owned equipment (barrier system and other marine equi pment). The government will provide barrier handling boats and associated maintenance and fuel to be used in the performance of this task. The contractor will provide management, maintenance planning, labor and logistics arrangements for the performance of this task. 8.0 POINT OF CONTACT The program point of contact will be provided at time of award. 9.0 STATEMENT OF WORK Marine Equipment Services: 9.1 Provide two (2) each, two-person crews for tug type workboats for operation and tending of 8' diameter Dunlop barrier gates and sections, and other berth equipment movement as required. One boat is required for operations at the Naval Base Coronado, one at Naval Base Point Loma. While not engaged in barrier movement each boat will perform scheduled maintenance. a) Provide pricing as follows: 1) Day rate for 8-hour shift operation, Monday - Friday, between the hours o f 0600 - 1800, excluding Federal holidays. The government will set shift start time within the 0600 - 1800 period. 2) Provide hourly rate for operation outside the normal periods of operation. Hourly rate will start upon reporting of ready to work. Hourly rate will encompass an hour or any portion of an hour until released from service. 9.2 Provide two (2), two-person crews for minimum 150 HP workboat for operation, towing, tending and maintenance of 21" and 8' diameter Dunlop barrier gates sections. Barrier repair parts and tools are government provided. Two (2) boats will be required at the same time for operation at Naval Base San Diego and bay-wide system maintenance as directed by the government. While not engaged in barrier movement each boat will perform scheduled maintenance. a) Provide pricing as follows: 1) Day rate for 8-hour shift operation, Monday - Friday, 0600 - 1800, excluding Federal holidays. The government will set shift start time within the 0600 - 1800 period. 2) Provide hourly rate for operation outside the normal periods of operation. Hourly rate will start upon reporting of ready to work. Hourly rate will encompass an hour or any portion of an hour until released from service. 9.3 Routine labor tasks and functions: - Maintain the barrier system in an effective condition per NFESC SSR 6340-OCN. - Daily system integrity inspection - Maintenance of barrier section inflation - Replacement of damaged/worn components and connection hardware - Lighting accessory maintenance and repair/replacement - Opening and closing of barrier system gates as directed - Marine growth removal 9.4 Cyclical maintenance actions included in fixed price: - Quarterly repair and inspection availability by authorized Dunlop se rvice techs - Semi-annual mooring system inspections 9.5 Provide pricing for following items outside fixed price scope: - Mooring and plate anchor replacement - Pricing schedule for system components included in NFESC SSR 6340-OCN 9.6 Management - The Contractor shall assign a key person as the government's direct point of contact for all task direction. An alternate POC will be required during periods of the manager's absence. The Project Manager shall be available for communication of routine and emergent requirements at all times. - The Contractor shall assign a responsible individual for inventory management of GFM provided for use in performance of this task. - The Government requests a monthly maintenance schedule shall be provided to the Point of Contact. - The Government requests a total review of contract at the end of a six-month period for possible modificat ion. Note: The Government will publish a harbor movement plan for tasks no later than 1430 for the following day's work. Fridays plan will include weekend and holiday requirements, if any. 10.0 CREW QUALIFICATIONS The Crew will meet training standards of the Contractors insurer, be a U.S. Citizen and also be cleared for base access. Crews will be subject to Federal Labor Laws for Government contracts per FAR. Watercraft will be equipped with marine VHF radios for communication with Navy San Diego Control One. The channel for direction and standard marine communications will be provided at time of award. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offere d to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; and 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote 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, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quot es must be received no later than 3:00 PM, local time on 10-31-03, and will be accepted via e-mail (jessica.dunker@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note 1.
 
Record
SN00454826-W 20031022/031020213605 (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.