Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

V -- Marine Patrol Catamaran Services

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0002
 
Response Due
5/10/2005
 
Archive Date
6/9/2005
 
Description
This requirement in support of the Naval Undersea Warfare Center Keyport, 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 for this requirement issued as a request for quotation is N00253-05-T-0002. This solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. The applicable NAICS Code for this requirement is 336612 and a size standard of 500 employees and/or 483113. This solicitation is a set aside for Small Businesses. The contract line items are: Not To Exceed: CLIN 0001: VESSEL MODIFICATION, CLIN 0002: CHARTER FROM 06 JUNE ? 24 JUNE 2005, CLIN 0003: WEEKEND STAND-BY RATE. Period of Performance is 06 June 2005 through! 24 June 2005. Scope of work is: Contractor is to provide one Marine Patrol Catamaran vessel with the following characteristics; 54? Length, 20? Beam, Top Speed of 29 knots, and a vessel no more than 5 years old including crew (consisting of a Master and if required by the Master, one deckhand), fuel, oil, filters, hull and machinery insurance, P & I insurance, and Pollution coverage for operations in and around Naval Undersea Warfare Center (NUWC) Keyport, Washington during the above period of performance. The primary mission will be to provide support for NUWC hosted AUV Fest. Movement of the vessel shall support NUWC personnel onboard. The boat will be ready and available for ten and one half hour days (Monday ? Friday, starting at 0700) with the exception of (1) Saturday operations on 11 June. The Saturday operations will also begin at 0700 and support operations for a period of ten and one half hours. The boat will operate from Navy specified location(s). VESSEL MODIFICATIONS: 1) Fabricate and Install a temporary removable shelf between compass shelf and the back of the bench seat. The dimensions to be approximately 45? x 36? with sea-rail, 2) Fabricate and install temporary removable shelf over the port walkway down to bunk room. The dimensions to be approximately 25? x 48? with sea-rail, 3) The shelves will be fabricated using plywood with a plastic laminate with sea-rails, 4) Remove all the above at the end of charter. Power requirements for the NUWC gear are up to (4) 20A, 120VAC receptacles. . FOB Destination - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. Wage Determination No: 1998-08 Applies. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire! effort specified herein may be determined to be unacceptable. (3) Past Performance: The Government may consider past performance information obtained from sources other than those identified by the offeror, including Federal, State, and local Government agencies, Better Business Bureaus, published media and electronic databases, including the Red, Yellow, Green database. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions Commercial Items, Clause 52.204-4 Printed/Copies Double-Sided on Recycled Paper. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following FAR clauses cited in ! this clause are applicable to this acquisition: 52.203-6 A1 Restrictions on Subcontractor Sales to the Government, 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns, 52.219-14, Limitation on Subcontracting (DEC 1996), 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation w Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisiti! on of Commercial Items applies to this acquisition. 52.203-3 Gratuities. The following DFAR clauses cited in this clause are applicable to this acquisition:, 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582) 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clause is incorporated by reference 252.204-7004A Required Central Contractor Registration. The following DFAR clause 252.211-7003 Item Identification and Valuation is hereby incorporated in full. Quotes/Offers are due no later than Tuesday, May 10, 2005, 1200 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A3. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested i! n submitting quotes must (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). (3) Three (3) References. Information to include POC name, email address, phone number and agency, contract number, description of item contracted. Any questions shall be submitted in writing via the fax number provided above or e-mailed to evonickcj@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquistion Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/Solicitation.htm)
 
Record
SN00801826-W 20050507/050505212224 (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.