Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

20 -- BOAT REPAIR NEW ORLEANS

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-06-R-0036
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is 100% set-aside for small business. Reference number N0020506RC901ZP applies. North American Industry Classification System (NAICS) code 811490, and the business size standard in millions of dollars is $6.5. A firm fixed-price contract is contemplated. Award will be all or none basis. Solicitation Number N68836-06-R-0036 applies. This requirement is to perform repair work on 1 forty-foot Personnel Boat Hull Register Number 15MUB9701 assigned to Naval Support Activity New Orleans, LA. The boat sustained damage during Hurricane Katrina and repair work includes structural, fiberglass, wiring, engine and cosmetic work including fabrication of new canopy. All repair work shall be in accordance with Willard Marine Inc, manufactured specifications that meet all present Naval Military Specifications covered in Naval Ship Technical Manuals (NSTM) 583 ? BOATS AND SMALL CAFTS, (NSTM) 631 ? PRESERVATION OF SHIPS IN SERVICE, and (NSTM) 233 ? DIESEL ENGINES. Other Naval Ship Technical Manuals may be referred to and needed to complete all repairs meeting Navy military requirements for repair on 13 Meter Personnel Boat hull (including all attached fenders), canopy, well deck, steering system, main propulsion, clutch, and reduction gears, fuel tanks as well as all electrical, and electronic systems components to include overhauling and repair/replacement work on the Cummins CM 6BT5.9 ? 180 engine. Completed 45 days after receipt of order. Place of performance is within 10-15 mile radius of Naval Support Activity New Orleans. To be considered for award, offeror?s must be registered in 1) Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov 2) Central Contractor Registration at http://www.ccr.gov. Awardee must be registered at Wide Area Work Flow at https://wawf.eb.mil for electronic submission of invoices unless exempt. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07 effective 02 February 2006. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text: The full text of the regulations can be accessed on the internet at www.arnet.gov/far. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.215-5 Facsimile Proposals (OCT 1997), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-2 Service of Protest, 52.243-1 Changes-Fixed Price Alt I (AUG 1987), 52.245-2 Government Property (Fixed-Price Contracts), 52.249-4 Termination for Convenience of the Government (Fixed Price) (SEP 1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.215-6 Place of Performance (OCT 1997), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) 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: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) 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: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (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.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAR 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses 52.212-1, Instructions to Offerors and 52.212-2, and 52.212-3, Offeror Reps and Certs. Fill in the items required in 52.212-3 and send in with your proposal. SUBMITTAL REQUIREMENTS: The offeror shall submit the following information (1) Completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price of each item, extended prices shall reflect the unit price x quantity=extended amount for each contract line item). (2)CLINs: CLIN 0001 BOAT REPAIR HULL NUMBER 15MUB9701. (3) FAR clauses requiring fill-ins. PAST PERFORMANCE: Pursuant to FAR 15.305(a)(2)(iv), The Government reserves the right to pay a premium rate to get a Contractor with less risk to the Government. IAW FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, best on the lowest technically acceptable price. The following factors shall be used to evaluate offers: Price. 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. Quotations must be received no later than 1430 EST on 16 June 2006 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Pamela J. Dutcher, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-1065. This procurement is being processed under the authority of the test program for commercial items Section 4202 of the Clinger-Cohen Act of 1996. Statement of Work: From Port Operations, NSA New Orleans (UIC 00205) for non-personal services and material required for two 13 Meter Personnel Boats Hull Registry numbers 15MUB9701. These repairs are to be performed in accordance with Willard Marine Inc. manufactured specifications that meet or exceed all present Naval Military Specifications covered in Naval Ship Technical Manuals (NSTM) 583 - BOATS AND SMALL CRAFT, (NSTM) 631 ? PRESERVATION OF SHIPS IN SERVICE, and (NSTM) 233 - DIESEL ENGINES. Other Naval Ship Technical Manuals may be referred too and needed to complete all repairs; meeting Navy military requirements. The period of performance schedule is from Date of Award - 45 Days for the repair/replacement work on the 13 Meter Personnel Boat hull (including all attached fenders), canopy, well deck, steering system, main propulsion, clutch, and reduction gears, fuel tanks as well as all electrical, and electronic system components to include overhauling and repair/replacement work on the Cummins CM 6BT5.9 ? 180 engines. Boat ManufacturerThe Willard Co., INC., 1250 North Grove St., Anaheim, CA 9280600, Phone: (714) 666-2150, Fax: (714) 632-8136, Extreme Length Overall 40 feet, 3 ? inches, Extreme Beam 12 feet, 2 ? inches, Extreme Depth, From Keel to Highest Point, 5 feet, 4 3/4 inches molded depth appr. 12 feet to the top of the windshield, appr. 15 feet to the top of the furuno, REQUIREMENTS/CONSTRAINTS 1. Work shall be performed locally, within a 10 to 15 mile radius of NSA New Orleans. 2. These boats are critical to mission requirements and especially hurricane relief and recovery efforts. Time is of essence. 3. Due to hurricane damage, these boats are limited in capabilities and degrade overall operational requirements. The limitations of the NSA1 and NSA2 result in the increase use of the remaining boats (one of which is also sustains hurricane damage). The increase use of the remaining boats results in unnecessary wear and tear with a higher risk of malfunction or equipment degradation. 4. Of the four utility boats that provide transportation services and hurricane recovery and relief efforts at NSA New Orleans only two boats are fully mission capable. This situation reduces contingency options for hurricane recovery efforts. PERFORMANCE STANDARDS: Requirement: The performance standards include having the capability to complete the required repairs. Boats shall be repaired according to manufactures specifications stated in the SOW. Performance Measure: No major failure experienced by either utility boat due to Contractor negligence. Requirement: Meeting the required deadline of delivery 45 Days after contract award unless otherwise approved by Government Performance Measure: No delinquency in delivery date.
 
Place of Performance
Address: Naval Support Activity, New Orleans, LA
Zip Code: 70142
Country: USA
 
Record
SN01061795-W 20060604/060602221402 (fbodaily.com)
 
Source
FedBizOpps 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.