Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

V -- Lease of Tender Boat with Operating Personnel

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-08-Q-0018
 
Response Due
8/21/2008
 
Archive Date
10/20/2008
 
Point of Contact
Celestine Evans, 901-544-3184<br />
 
Small Business Set-Aside
N/A
 
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. The solicitation number is W912EQ-08-Q-0018 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 99-0326 (Rev.-11). This is an UNRESTRICTED procurement. The associated NAICS code is 532411 with a size standard of $6.5M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. US ARMY CORPS OF ENGINEERS MEMPHIS, TN STATEMENT OF WORK DREDGE TENDER 1.0OBJECTIVE The object of this Statement of Work is to secure for the Government, by hire, one tender with operating personnel. The tender will be used on the Mississippi River from Ste. Genevieve, Missouri (Upper Mississippi River Mile 123), to the Head of Passes (Lower Mississippi River Mile 0); the Ohio River from Cairo, Illinois (Ohio River Mile 981), to Ohio River Mile 920; the Tennessee River from Paducah, Kentucky (Tennessee River Mile 0), to above Kentucky Dam (Tennessee River Mile 25); the Cumberland River from Mile 0 to Mile 8; the Old River, the Atchafalaya and the Red Rivers (Louisiana), the Gulf Inner Coastal Waterway as far west as the Calcasieu River, the Mississippi River Gulf Outlet from Baptist Collette to Mile 45, and the Houma Navigation Channel, for general towing and tender service in connection with construction and maintenance of channel improvement works. Navigation Section Dredge Operations. 2.0DELIVERY AND RELEASE Delivery of the tender shall be made afloat at Ensley Engineer Yard, McKellar Lake, Memphis, TN (Mile 725 AHP) or at a location specified by the Contracting Officers Representative. The Contractor will be notified seven calendar days before the date tender is to be delivered. It is expected, but not guaranteed, that delivery of the tender will be required on or about 20 August 2008. A final inspection will be made after delivery of the tender and the Contractor will be notified of acceptance or rejection. A pre-work conference will be held after final acceptance. The tender shall be ready for operation when delivered. Upon completion of the contract, the tender will be released to the Contractor at the work site on which it was last used. At least one (1) weeks notice will be given concerning point of release. 3. PERIOD OF PEFORMANCE The estimated Period of Performance is 12 weeks, or 2,016 hours. It is estimated that the tender will be in operation 24 hours per day, 7 days per week. Based upon Government considerations, the tender may be required for a period greater or less than what has been estimated. The contractor is guaranteed a minimum of 1440 hours, unless terminated for default. If actual time in use is less than the guaranteed minimum, the contractor will be paid for the number of hours stipulated as the contract minimum. In addition, the contractor may be required to exceed the estimated number of hours by as much as 15%, or 302 hours. 4.0 PAYMENT Payment will be made on a bi-monthly basis for amounts due the Contractor, less cash discount, if any, calculated on the basis of the total number of hours due in accordance with the provisions of Section 5, at the applicable hourly rate stipulated in the Bidding Schedule. Payment estimates will be prepared by the Contracting Officers Representative at the site of work, and payment will be made as soon as practicable after estimates have been received by the Disbursing Officer. No payment will be made for time lost because of breakdowns or for other causes due to the fault or negligence of the Contractor of his employees. As stated in Section 3, additional hours may be necessary. Payment for additional hours beyond the contract estimate will be made at the same rate as the basic hours. 5.0 PAYMENT CALCULATION 5.1 Operating Time: The Contractor will be paid for each hour the tender is operated at the unit price as set forth in the Bidding Schedule, except as provided for under Section 5.3, Lost Time and Section 6, Suspension of Work. The time for which payment will be made for each shifts operation will be the number of elapsed hours from the time the tender is placed in operation at the beginning of the shift until the time the tender is released at the end of the shift, computed to the nearest one-fourth hour, less designated non-work periods, time lost because of breakdowns and for other causes due to the fault or negligence of the Contractor or his employees. The performance period will begin after final inspection and acceptance as required in Section 2 above, and will end at the time the tender is finally released to the Contractor. 5.2 Minimum Quantity: The Government shall order a minimum quantity of 1440 hours of service, unless termination proceedings have begun under the Termination for Default clause due to deficiencies in the Contractors plant or for other causes due to the fault or negligence of the Contractor. The minimum quantity will include operating time and lost time, as a result of breakdowns or other causes due to the fault or negligence of the Contractor or his employees. The Contractor will be paid for each hour of guaranteed time, except for lost time, at the unit price for bid for operating time as set forth in the Bidding Schedule. 5.3 Lost Time: Lost time will be considered as the time when any of the required equipment on the tender is inoperative. During such time, when due to job requirements the tender is allowed to work with one engine inoperative, the unit price may be reduced to seventy percent (70%) of the contract amount. Time lost for minor repairs and/or adjustments to the tender which, in the opinion of the Contracting Officers Representative (COR), does not interfere with or result in loss of operating time, will not be charged as lost time to the Contractor. The Contractor will not be paid for hours of lost time except in the instances as stated above. 6.0SUSPENSION OF WORK In the event it becomes necessary to suspend channel improvement work because of high river stages, mechanical breakdown of Government equipment and/or for other unforeseen causes, the Government reserves the right to suspend use of the tenders. The Contractor will be notified as soon as practicable prior to suspension of work. The Contractor will also be notified prior to resumption of work and in ample time to make preparation to resume normal operations. 7.0PERFORMANCE OF PLANT The acceptance of the tender and the award of a contract will not relieve the Contractor from responsibility for the satisfactory performance of the tender accepted. If at any time during the contract period it is determined by the Contracting Officer or his representative that the tender is not capable of doing satisfactory work under normal conditions, the contract may be terminated for default. 8.0CONTROL AND RESPONSIBILITY The tender shall be under the control of the Contracting Officer, by way of the Contracting Officers Representative, with regard to location and hours of work. However, the rental is to be considered as a time charter, as distinguished from a demise or bare boat charter, and the operation of the tender shall at all times be under the direction of the Contractor or his employee or employees. 9.0CONTRACTING OFICER/CONTRACTING OFFICERS REPRESENTATIVE 9.1 Contracting Officers Representative: The Contracting Officers Representative, or COR, is appointed by the Contracting Officer as the representative overseeing contractor operations. No instructions of the Contracting Officers Representative or lack thereof will at any time relieve the Contractor from the responsibility of complying fully with all requirements of statement of work and the contract. The Contracting Officers Representative is not authorized to waive or alter in any respect any of the terms or requirements of the contract, or to make additional requirements. 9.2Contracting Officer: The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract involving an increase or decrease in funds or performance period will be issued by formal contract modification. 10.0 SECURITY It will be the responsibility of the tender crew to provide security (serve as watchmen) for all Government plant to which it has been assigned during the off-duty period for Government employees or when the plant is being towed by the tender. The security duties will consist of preventing and reporting fires, accidents, sinking, thefts, and pillaging of Government plant, material or property, and to keep unauthorized persons off Government plant and report any unusual happening to the Government representative in charge. 11.0 OPERATING PERSONNEL: The Contractor shall furnish and pay all necessary crew required for the satisfactory and efficient operation of the tender including not less than one operator per shift. The Contractor shall furnish the Contracting Officers Representative a weekly listing of all personnel on board and their duties. The Contractor shall be responsible for compliance with all marine laws pertaining to labor on the tender. 11.1 Service Contract Act: In accordance with the Service Contract Act, all crew members will be paid in accordance with SCA Wage Determination 1999-0326, Rev #9. Labor verification checks will be performed throughout the contract period. 11.2 Tender Operations: The Contractor shall furnish and pay a sufficient number of tender operators to operate the tender for the required number of hours. 11.1.1 Licensing: The tender operators furnished shall be competent and satisfactory to the Contracting Officers Representative and shall possess a current license issued by the U.S. Coast Guard. A full Operators License shall be the minimum requirement for boat operators License shall cover the type, size and horsepower of the boat operated. A copy of the license shall be provided to the COR for each operator when initially reporting for duty. Failure to comply with this requirement is grounds for placing the tender in a non-pay status, at the CORs discretion. Operators shall be alert at all times and responsive to the instructions of the Contracting Officer or his authorized representative. The Contracting Officers Representative shall be informed of any crew changes before they are made. 11.2 Objectionable Employees: Under the provisions of the Contract Clause entitled Objectionable Employees, Section H, operators and deckhands furnished by the Contractor who, in the opinion of the Contracting Officer or his authorized representative, are determined incompetent or otherwise objectionable, shall be promptly replaced by the contractor? Failure to provide competent and capable operators at all times will be considered a failure to provide performance of the plant as provided in Section 7 above and may be considered grounds for Termination for De fault. If terminated, the Government will hire another boat with which to continue the work. All reprocurement expenses will be charged to the contractor. 11.3 Fuel: The tender will have a person certified to take on fuel on board at all times. Any crew member who holds a current U.S. Coast Guard certificate may serve as tanker man (Captain or Pilot) and the vessel falls under Coast Guard Regulations as not requiring a tanker man. 11.3.1 Fuel Transfer: When marine plant and equipment are in use under a contract, the method of fuel oil transfer shall be included on LMV Form 414-R, Fuel Oil Transfer- Floating Plant. (Refer to 33 CFR 156) 12.0 OPERATIONS AND REPAIR 12.1Operations: Except as hereinafter provided, the Contractor shall furnish at his expense operators, labor, lubricants, motor oil, appliances, appurtenances, equipment, materials and bear all expenses incidental to the efficient operations of the tender in connection with work under the contract. The Contractor shall also bear all direct overhead and collateral expenses incidental to the operations, upkeep and repair to the tender. The Contractor shall maintain the tender in an acceptable state of repair and shall arrange for a supply of renewal parts to be on hand when needed for the tender. All fuel for the operation of the tender will be furnished by the Government. The tender shall report for duty with full fuel tanks, to the extent feasible, and these tanks will be filled from Government sources during the rental period and upon release from duty. 12.2Employee Transportation: When the Government is furnishing transportation to any employees working at the same location that the tender is being used and transportation facilities available permit, the same transportation facilities may be made available for use by the contractor or his employees without cost to the Contractor. For and in consideration of this privilege, the Contractor releases and agrees to indemnify and save harmless the United States from any and all claims, damages, loss, death, injury or property damages sustained by the Contractor or his employees, agents, representatives, heirs or assigns as a result of the use of such transportation. All painting shall be jointly inspected by the Contractor and the Contracting Officers Representative. Any defects or damage in the coating system shall be repaired by the Contractor as necessary before acceptance by the government. 12.3Tying Up: Prior to tying up to Government floating plant, the Contractor or his employees will obtain permission from the Officer in Charge of such plant. It will be the Contractors or his employees sole responsibility to see that the tender is separated from Government floating plant and moved a safe distance prior to any movement of the Government plant, except when the tender is taking Government plant in tow or is being towed. During the movement of equipment from job site to job site, the Contractors tender may be taken in tow by Government-owned or rented towboats. 12.4Handling: The tender and its operator(s) shall be capable of handling loaded or empted barges on the hip (along side of the tender) as conditions dictate at the various job sites on the river and tend a Dust Pan Dredge. 13.0 SAFETY REQUIRMENTS The Contractor shall comply with the requirements of EM 385-1-1, Safety and Health Requirements, dated 3 November 2003. This safety manual is available for downloading at the following link: http://www.usace.army.mil/publications/eng-manuals/em385-1-1/entire.pdf No separate payment shall be made for compliance with these requirements. The contractor shall have a weekly safety meeting and must provide documentation showing topics discussed and attendees. 13.1 Accident Prevention Program: Within 15 days after receipt of Notice of Award of the contract, and at least 7 days prior to the pre-work conference, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and approval. The program shall be prepared in the following format: 13.1.1 An executed LMV Form 358-R, Administrative Plan. 13.1.2 An executed LMV Form 359-R, Job Hazard Analysis. 15.1.5 Fittings/Winches: The tender shall be equipped with ample deck fittings And two electric powered winches. The winches shall be located forward of the pilothouse and have a minimum capacity of 10.000 pounds single line pull and have not less than 75 feet of steel cable of adequate size for securing tows. The winches shall be capable of being operated from the deck and the pilothouse. 15.1.6 Engines: The tender shall be propelled by a minimum of two diesel marine engines of equal horsepower with a manufacturers rating of not less than a total of 800 continuous brake horsepower, at the manufacturers recommended operating RPM. The tender shall be equipment with a reversible type marine gearbox so as to not lose power when switching from forward to reverse. The engine exhaust system will contain a muffler to reduce the noise level. 15.1.7 Steering: The tender shall have power-actuated steering and flanking rudders capable of independent operation and shall be seaworthy and in good mechanical condition. Power source for operation of the steering mechanism shall be electric generators, one for standby. 15.1.8 Radar: The tender shall be equipped with radar facilities in good operating condition. 15.1.9 Radio, Cell Phone and AIS: The tender shall be equipped with radio facilities in excellent operating condition for ship to ship communications and sufficient electrical capacity for operation of Government-owned CB communication radio. The radios installed by the Government during the period that the tender is in use under this contract will operate on 110-volt AC current. Cellular phone shall be maintained on board tender in order to communicate with home office and government employees. The phone number will be furnished to the COR or unit supervisor on reporting date. The tender must be equipped with an Automatic Identification System (AIS). 15.1.10 Safety Lights: Contractor must provide water-activated safety lights to all deckhands to be attached to their life jacket while operating after daylight hours. 16.0INSURANCE The contractor is required to comply with all local state and federal insurance laws and requirements, including workers compensation insurance. CONTRACT CLAUSES Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; Notification of Employee Rights Concerning Payment of Union Dues or Fees, Dec 2004; FAR 52.222-50, Combating Trafficking in Persons, Aug 2007; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, (Mar 2008)FAR 52.203-3, Gratuities, Apr 1984; FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 21 Aug 2008 no later than 11:00 AM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-08-Q-0018 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email address celestine.g.evans@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08d817180f9c3797f14ad2385b989d90&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
Zip Code: 38103-1894<br />
 
Record
SN01643934-W 20080820/080818222116-08d817180f9c3797f14ad2385b989d90 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.