Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

R -- MARINE SURVEYOR - Support Services

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA2Q10022
 
Point of Contact
Laurel L Bishop, Phone: (757) 322-5814, Monique R. Leake, Phone: (757) 322-5820
 
E-Mail Address
laurel.bishop@dot.gov, monique.leake@dot.gov
(laurel.bishop@dot.gov, monique.leake@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This competitive combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. DTMA2Q10022 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38. The NAICS Code is 541990 for which the small business size standard is annual average receipts not exceeding $7.0 million. CONTRACT TYPE: The Government intends to award a Firm Fixed Price Purchase Order on a competitive basis. This is a Small Business Set-Aside. The US DOT Maritime Administration (MARAD), Division of Atlantic Operations, has a requirement for professional marine surveyor contractor support services for the period of April 1, 2010 through March 31, 2011. ASSIGNMENTS: The Contracting Officer’s Technical Representative may assign the Marine Surveyor to any of the following support requirements: (1) Ready Reserve Force (RRF) vessels, (2) National Defense Reserve Fleet (NDRF) vessels, or (3) Maritime Academy Training vessels. DUTIES: (1) Assists the Contracting Officer’s Technical Representative (COTR) with Ship Manager contract administration, General Agency Agreements (GAA) administration, and with Maritime Academy Schoolships conducting surveys throughout the ship's life (annual survey, interim survey, special survey) to ensure regulatory standards are maintained; researching guidance on maintenance and repair functions, policy and procedures, compliance with regulatory requirements, instructions and standards governing the conduct of condition surveys, inspections, dry dockings, dock trials, and sea trials. (2) Writes technical evaluations of all potential contractors, including pre-contract surveys of facilities and technical capabilities of companies. Writes post-contract evaluations and assists in the resolution of shipyard disputes. (3) Prepares maintenance and repair cost estimates suitable for establishing an annual budget for Maritime Academy State Training Ships. (4) Prepares statements of work and monitors their execution, determines quality of service/products delivered under contract, monitors contract technical compliance, reviews contract/agreement deliverables. (5) Develops/reviews input from Ship Manager/General Agents on repair cost estimates, vessel repair specifications, and activation/operations/lay up cost estimates. (6) Witnesses technical tests, operation of emergency and safety machinery and equipment, and inspections required by USCG/ABS; demonstrations to prove repairs, and acceptable completion of all maintenance procedures. (7) Serves as a Government Representative in yard or at activation sites. Advises management via COTR of vessel readiness or when alternative measures are required. (8) Works with local USCG/ABS, and all other regulatory bodies to ensure vessels are in compliance with requirements. Prepares status reports, monitors monthly payroll claims, work reports, and monthly work plans. QUALIFICATIONS: (1) Must have a minimum of ten years experience as a marine surveyor performing duties described herein in relation to ocean-going cargo vessels that require a current Certificate of Inspection from USCG. (2) Must be able to demonstrate in-depth knowledge of regulatory requirements of USCG and American Bureau of Shipping necessary for a vessel to be given a Certificate of Inspection. (3) Must be able to provide references with knowledge of the individual’s professional conduct and ethics who can address the offeror’s competency, reputation and ability to present facts and opinions without prejudice. (4) Must have the physical stamina and agility to climb up/down ladders into cramped spaces such as a diesel or steam-powered vessel’s engine room, shaft alley, bilge and various tanks as necessary to perform surveys. (5) Must have familiarity and experience with MARAD Ship Operations administrative procedures and business processes such as MARAD standard specifications, MARAD Ship Operations policy directives, RRF activation procedures, RRF sea trial pro-forma, and MARAD ship lay up procedures. (6) Must be able to demonstrate knowledge of MARAD Phase M Maintenance procedures, ACP/PM/CM, NS-5 and the RRF Program Ship Manager Contracts. CONTRACT LINE ITEMS: CLIN 0001 Hourly Rate for performing all duties necessary in providing Marine Surveyor Support Services to include all wages and salary-related expenses, indirect and overhead expenses to include any necessary travel within the local commuting area, required personal protective gear, insurance and profit: 850 hours X $___________ ($/hr) = $__________ (Total CLIN Price). CLIN 0002 Hourly Rate while actually traveling to assignment outside of 50-mile radius local commuting area 200 hours X $___________ ($/hr) = $__________ (Total CLIN Price). CLIN 0003 Reimbursable Travel Expenses will be allowed based on 41 CFR 301 (the Federal Travel Regulations – Temporary Duty Travel Allowances) for per diem expenses and use of privately owned vehicles (POV). An initial allowance under the contract will be $9,000.00 for this item. CONTRACT CLAUSES: 52.212-1 Instructions to Offerors—Commercial Items. 52.212-2 Evaluation—Commercial Items (basis for award is Best Value, with evaluation criteria based on the relative strength of each offers qualifications and price competitiveness). All Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications—Commercial Items. 52.212-4 Contract Terms and Conditions—Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52-223-15, 52.223-16, and 52.232-33. These references may be viewed at https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html INVOICE SUBMISSION - MARAD Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch, AMZ-150, PO Box 25710, Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch, AMZ-150, 6500 S MacArthur Blvd., Oklahoma City, OK 73169 RELEASE OF LIABILITY AND PERMIT AND ASBESTOS/HAZARDOUS CONDITIONS NOTICE: Caution - Shipboard insulating materials contain asbestos fibers. Do not disturb insulation - avoid creating dust. Breathing asbestos dust may cause serious bodily harm and/or death. Additionally, performance in the shipboard environment also involves hazardous conditions that can cause slips, trips and falls as well as noxious gases in tanks and other spaces. In the performance of duties under this contract, the contractor is permitted to enter upon vessels and other property of the United States for the purpose of fulfilling the duties of a Marine Surveyor. The contractor is responsible for providing and wearing appropriate personal protective gear suitable for performance aboard vessels of the U.S. Maritime Administration. Accordingly the contractor (aka permittee) does hereby agree as follows: 1. The permittee shall confine the permittee's activities on the property to those strictly necessary for the accomplishment of the aforesaid purpose. While on the property of the United States, the permittee shall comply with the safety requirements of the Maritime Administration and obey all orders of officials of the Maritime Administration. 2. The permittee does hereby freely and voluntarily for the permittee, the permittee's heirs, administrators, and assigns, release, remise, and discharge the United States, its agents, servants, and employees from any claims, demands, actions and services of action of any sort for injury sustained by the permittee related to the individual presence and activities of the permittee on the property, including any injury that is caused or worsened either in whole or in part associated with exposure to asbestos or due otherwise to the many hazardous associated with performing work on board vessels of the U.S. Maritime Administration. The permittee further acknowledges that the permittee assumes sole and complete responsibility for all of the risks associated with such presence, activities and exposure. 3. The permittee hereby agrees to indemnify and hold harmless the United States, its agents, servants, and employees against any and all loss, damage or claim or liability whatsoever, due to personal injury or death or damage to property of others caused either directly or indirectly by the exercise by the permittee of the privilege granted by this permit. 4. This permit is not assignable and may be revoked without notice at any time by officials of the Maritime Administration. Prior to commence performance of this contract, the contractor will be required to complete and sign a form acknowledging an understanding and agreement to the aforementioned terms. TEXTING WHILE DRIVING - E.O. 13513, DOT ORDER 3902.10 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30,2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving— (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. INSTRUCTION TO OFFERORS: Offerors are to address establish that they have the requisite qualifications in terms of experience, knowledge, references and physical capabilities by documenting the appropriate information in a written Statement of Capabilities submitted as part of their quotation. The Statement of Capabilities is limited to not more than 15 pages. Capability Statements will be evaluated, and those meeting the minimum experience requirement will be ranked. The signed offer consisting of pricing of the listed Contract Line Items and the narrative Capability Statements must be submitted electronically via e-mail to Laurel.Bishop@dot.gov no later than 2:30 P.M. EST on March 22, 2010. The offer should be addressed to the following: U.S. Department of Transportation, Atlantic Contracts Office, Norfolk, VA, Attn: Laurel Bishop, Contracting Officer, 7737 Hampton Blvd, Bldg 19 Suite 300, Norfolk, VA 23505. BASIS FOR AWARD: An award will be made to the Offeror whose offer is considered to be most advantageous to the Government, taking into consideration the relative strength of each offeror’s qualifications and price competitiveness. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial quotation should contain the offeror’s best terms from a price and qualifications standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (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. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA2Q10022/listing.html)
 
Place of Performance
Address: U.S. DOT / MARITIME ADMINISTRATION - DAO, 7737 HAMPTON BLVD, BUILDING 19, SUITE 300, NORFOLK, Virginia, 23505, United States
Zip Code: 23505
 
Record
SN02094188-W 20100318/100316235855-967a87a431c8c1b958da3323ed108527 (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.