Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

J -- Restore and Renew Rigid Steel Conduit Pull Owner-Supplied Cable

Notice Date
4/28/2008
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, DOT/Maritime Administration, WR Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4Q08011
 
Response Due
5/5/2008 1:00:00 PM
 
Point of Contact
Debbie K. Velmere,, Phone: (415) 744-4140
 
E-Mail Address
debbie.velmere@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS MODIFICATION IS ISSUED TO DIRECT YOU TO THE RFQ FOR QUOTING PURPOSES. THIS COMBINED SYNOPSIS/RFQ WILL NOT BE USED FOR BIDDING PURPOSES. TO QUOTE: GO TO http://ideasec.nbc.gov. USING THE QUICK SEARCH TYPE IN THE DOCUMENT NUMBER DTMA4Q08011.********END OF MODIFICATION 01******* This action is set-aside for small business. Small Business size determination is $13M annually. The North American Industrial Classification System (NAICS) code is 238210, SIC 1731. For more information: http://www.sba.gov/size. This is a combined synoposis/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. Contract actions in any amount may be synoposis when advantageous to the Government. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition and no there is no addendum to the provision. The provision at 52.212-2 Evaluation of Offers: (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Price and Past performance. The offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and no there is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The clause 52.237-1, Site Visit, applies to this acquisition. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractors failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. The clauses 52.222-41 Service Contract Act of 1965. See attached Wage Determination - Solano County. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Award will be made on best value to the government; terms and conditions, price, availability, location and past performance considered. STATEMENT OF WORK - Restore and Renew Rigid Steel Conduit Pull Owner-Supplied Cable A.Scope of work: 1. Restore one (1) damaged hanger bracket supporting the horizontal run of conduits under the pier. This bracket is bent and has pulled its mounting studs and hardware loose from the underside of the pier. Renew two (2) damage hanger brackets supporting the vertical run of conduits alongside the piling under the NW corner of the pier. These brackets are beyond repair Renew two each 4" x 90 degree RSC bends and two (2) each 4" x 10 ft RSC lengths that extend into the bay. Provide for protection from chafing of the submarine cable where it will exit the conduit into the bay. Secure conduits to restored and renewed hanger brackets. 2.The contractor will provide an onsite supervisor at all times that work is in progress. 3.The contractor will be required to remove all generated trash and used materials from the Suisun Bay Reserve Site at the completion of each workday. All generated trash will be disposed by the contractor in accordance with all known federal and state regulations. 4.The contractor will comply with the Suisun Bay Reserve Fleet safety rules. A copy of these rules will be provided to the contractor upon request to the Contracting Officer at Debbie.velmere@marad.dot.gov. 5.The Suisun Bay Reserve Fleet Point of contact for this contract is Mr. Bill Connick, Supervisory Quality Assurance Specialist, Suisun Bay Reserve Fleet. Mr. Connick can be contacted at 707/745-5604. B.Fleet Working Hours: The normal fleet working hours, are 7:00 AM-5:30 PM, Monday through Friday excluding weekends and holidays. C. This work is exempt from Service Contract Act of 1965 under FAR 22.1003-2 Statutory Exemptions. D. Offerors are to submit their terms and conditions, total work days to complete, optional start dates and pricing by email to the Debra Velmere at debbie.velmere@marad.dot.gov by 13:00 pacific time May 5, 2008. Include the solicitation number in the subject line of the email message. Contact information: (415) 744-4140, facsimile (415) 744-2586. Work is estimated to start before May 26, 2008. Vendors are responsible for ensuring there quotes are received. Vendor must register with ccr.gov and ideas.nbc.gov to receive an award. Registration is not necessary for quoting, but is encouraged.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1321db957d1a6fa03e53832c94284e2f&tab=core&_cview=1)
 
Place of Performance
Address: 2595 Lake Herman RoadBenicia CA 94510
Zip Code: 94510
 
Record
SN01561890-W 20080430/080428214831-1321db957d1a6fa03e53832c94284e2f (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.