Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

V -- Harbor Pilot Services for the Naval Weapons Station Seal Beach harbor

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0514
 
Response Due
8/26/2009
 
Archive Date
9/10/2009
 
Point of Contact
Sari Gearty 562-626-7453<br />
 
E-Mail Address
Click here to contact the Contract Specialist via email
(sari.gearty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-09-T-0514. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 488310 and the Small Business Standard is $25.5 million. The proposed contract action is for harbor pilot services to provide all equipment and material necessary to accomplish all docking services and movements of U.S. military vessels and barges into position at predestinated berths within the Naval Weapons Station, Seal Beach (NWSSB) harbor, for one year, commencing 01 October 2009 through 30 September 2010, with an option for 4 additional years. The Fleet and Industrial Supply Center, San Diego, Seal Beach Division, requests responses from qualified sources capable of providing the following: CLIN 0001 Harbor Pilot Services (October 1 2009 through September 30 2010)CLIN 0001AA Length Over All (L.O.A)CLIN 0001AB Vessel Draft FeetCLIN 0001AC Minimum Pilotage ChargeCLIN 0001AD Cancellation ChargeCLIN 0002 Harbor Pilot Services (October 1 2010 through September 30 2011)CLIN 0002AA Length Over All (L.O.A)CLIN 0002AB Vessel Draft FeetCLIN 0002AC Minimum Pilotage ChargeCLIN 0002AD Cancellation ChargeCLIN 0003 Harbor Pilot Services (October 1 2011 through September 30 2012)CLIN 0003AA Length Over All (L.O.A)CLIN 0003AB Vessel Draft FeetCLIN 0003AC Minimum Pilotage ChargeCLIN 0003AD Cancellation ChargeCLIN 0004 Harbor Pilot Services (October 1 2012 through September 30 2013)CLIN 0004AA Length Over All (L.O.A)CLIN 0004AB Vessel Draft FeetCLIN 0004AC Minimum Pilotage ChargeCLIN 0004AD Cancellation ChargeCLIN 0005 Harbor Pilot Services (October 1 2013 through September 30 2014)CLIN 0005AA Length Over All (L.O.A)CLIN 0005AB Vessel Draft FeetCLIN 0005AC Minimum Pilotage ChargeCLIN 0005AD Cancellation Charge Contractor shall provide all services for U.S. military vessels and lighters arriving or departing and berth shifting within NWSSB harbor. These vessels may include but are not limited to ships, barges, floating cranes and target ships, under tow or self propelled. Harbor Pilot services shall be assigned to contractor employees at the discretion of the NWSSB Port Operations Installation Program Director (IPD), who may direct any vessel to take a Harbor Pilot at any time conditions warrant such action. The contractor has the right to refuse to perform pilotage when any vessel has been berthed and remains in jeopardy of stranding, collision or due to adverse weather conditions. The government will give a 2 hour notice to the contractor of need of Harbor pilot services. Contractor Harbor Pilots shall be available 24 hours a day. The contractor shall comply with all Licensing, Navigational Safety and United States Coast Guard (USCG) regulations, applicable to all vessel movements in the Port of Long Beach Tariff. The contractor shall provide all required services upon issuance of verbal orders from the port Operations NWSSB IPD. Orders will include the name of the vessel, class, overall length, time and date, to include type of move (arriving, departing or intra-harbor). The contractor shall be required to provide proof of current Masters License with First Class Pilot Endorsement of Anaheim Bay from the USCG. Licenses shall be and remain on file at the contractor's office for immediate review by the Government during contract period of performance. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation-Commercial Items52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.247-34, F.O.B. Destination52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.217-7, Option for Increased Quantity-Separately Priced Line Item; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 52.217-9, Option to Extend the Term of the Contract; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for Next Fiscal Year; 52.216-21, RequirementsQuoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or register on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government, price and price related factors considered. In accordance with the FAR clause 52.212-2, the following information applies: EVALUATION OF OFFERS -USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to 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. (i) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (ii) PRICE(b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors.The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows:NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor.OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance.SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance.MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance.(e) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(f) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before awardAt the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint.Fax proposal to 562-626-7877 or Email: sari.gearty@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Any questions regarding this solicitation should be forwarded via email to the Contract Specialist at sari.gearty@navy.mil. All quotes shall include price(s), delivery time, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Offers should be made based on an anticipated award date of 18 September 2009. This announcement will close at 3:00 Local Time, 26 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024409T0514/listing.html)
 
Place of Performance
Address: Naval Weapons Station, Seal Beach, CA<br />
Zip Code: 9740<br />
 
Record
SN01913991-W 20090819/090818000405-f1cf32813e60b555de35f62b0c59757a (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.