Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

58 -- TS EMPIRE STATE RAYTHEON ELECTRONIC CHART DISPLAY & INFORMATION SYSTEM UPGRADE, BRONX, NY - TSES ECDIS UPGRADE STATEMENT OF WORK

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
DTMA2Q10046
 
Point of Contact
Eileen M. Williams, Phone: 7573225824, Laurel L Bishop, Phone: (757) 322-5814
 
E-Mail Address
eileen.williams@dot.gov, laurel.bishop@dot.gov
(eileen.williams@dot.gov, laurel.bishop@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK FOR TS EMPIRE STATE ECDIS UPGRADE The T.S. Empire State is a U.S. Government owned training ship provided to the State University of New York Maritime Academy for the purpose of training young men and women for a career in the U.S. Maritime Industry. It is the intention of the Maritime Administration to provide the necessary equipment to facilitate the upgrade to the vessel's Electronic Chart Display and Information System as outlined in the below Statement of Work. All installations will be witnessed by and completed to the satisfaction of the attending MARAD surveyor. Installation will be accomplished at the vessels lay berth, State University of New York Maritime College, #6 Pennyfield Avenue, Bronx, New York, 10465. The Contractor shall accomplish the Upgrade/Refitting of the vessel's Raytheon Electronic Chart Display and Information System, Raytheon NSC ECDIS Software for ships Chart Room Computer and an Uninterrupted Power Supply. Contractor shall supply, install and integrate with existing radars, Raytheon Electronic Chart Display and Information System ECDIS w/ 23.1" TFT Deck stand Version - NSC Design A) This is a combined synopsis/solicitation for commercial items (services) 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. B) The solicitation number for this procurement is DTMA2Q10046 and is issued as a Request for Quotation (RFQ). C) Information purposes the Standard Industrial Code (SIC) is 3731. The North American Industry Classification systems (NAICS) code is 336611, Product/Service Code is J998. D) Contract Line Item Numbers (CLINS) - Provide Pricing in accordance with the Statement of Work (SOW) in the following format: CLIN 0001; Contractor shall supply, install & integrate with existing radars. 1 JOB $ 0002; UPS 120 Volt AC (1500VA) 1 JOB $ 0003: Raytheon NSC ECDIS Software for ships Chart Room 1 JOB $____________ 0004: Pre-approved installation drawings. 1 JOB $______________ TOTAL COST (CLINS 0001-0004): $____________ PERFORM ALL WORK IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW) E) Location: On board Training Ship Empire State, SUNY Maritime College, 6 Pennyfield Ave., Bronx, NY 10465. F) The period of performance: PREFERENCE is to start within 3 days after award and continue through May 10, 2010; however, the ship sails May 10, 2010. If this work cannot be completed within this time frame, a modification to the contract will be issued to a mutually agreeable performance period. G) The provisions at FAR 52.212-01, Instructions to Offerors Commercial Items, 52.212-04, Contract Terms and Conditions Commercial Items, 52.212-05, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (including 52.213-01, 52.213-02, 52.213-03, 52.219-01, 52.222-03, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-42, 52.222-43, 52.222-48, 52.222-54, 52.223-06, 52.232-01, 52.232-08, 52.232-16, 52.232-18, 52.232-19, 52.232-25, 52.232-33, 52.233-01, 52.233-03, 52.242-15, 52.243-01, 52.245-02, 52.245-04, 52.246-01, 52.246-16, 52.247-34, 52.249-01, 52.249-08, and 52.252-02) apply. Also, MARAD MCL.H-3, Indemnity and Insurance; MCL.H-4, Indemnity and Insurance (Additional); MCL.H-7, Environmental Concerns/Asbestos Related/Hazardous Materials/Petroleum & Petroleum Products: Environmental Compliance; 1252.223-71, Accident & Fire Reporting. H) The government shall make award to the lowest price quotation, representing the best value when compared to any lower priced quotation. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the quote unless the offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov and there are no changes. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotation shall include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Eileen M. Williams, Department of Transportation, Maritime Administration (MARAD), Division of Atlantic Operations (DAO), 7737 Hampton Blvd., Bldg. 19, Suite 300, Norfolk, VA 23505-1204 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, paragraph (c)(1). The following Department of Labor Service Contract Act Wage Determination is applicable to performance for these services: WD#2376 (REV 8) was first posted on www.dol.gov on 07/29/2009. The wage determination may be viewed online at: http://www.wdol.gov/wdol/scafiles/std/05-2376txt. I) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. Offers shall provide three references from similar projects. Reference information should include name and telephone of contacts, contract number, contract amounts, and dates of previous (3 years) and current contracts. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR Clauses may be viewed in full text via the Internet at https://www.acquisition.gov/far/loadmainre.html K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions - Commercial): not applicable L) STATEMENT OF WORK (SOW)-See attachment SECURITY: Contractor shall be responsible for obtaining installation access as required, for vehicles and personnel needed at the work site. Contractor personnel shall report to the Department of Transportation, Maritime Administration (MARAD), Division Atlantic Operation (DAO), COTR, Mr. Louis Martucci, 757-286-4837, louis.martucci@dot.gov, before performance of work. Contractor shall observe applicable personnel security directives in place at Suny Maritime College, Bronx, NY and the TS Empire State. DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, interior/exterior equipment, or systems caused by the contractor, as a result of work performed under this contract, shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components, to return the damaged area to its condition before the damage incident. Contracting Point of Contact is: Ms. Eileen Williams, 757-322-5824, Eileen.williams@dot.gov IM) NVOICES SHALL BE SUBMITTED TO THE Department of Transportation, Maritime Administration (MARAD), DOT/Enterprise Services Center (ESC), OFO/FAA, Oklahoma City, MARAD A/P Branch, AMZ-150; PO Box 25710, Oklahoma City, OK 73125 and/or submitted electronically to: MARADObligations@faa.gov N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER DTMA2Q10046 P) Quotes will be accepted at Department Of Transportation, Maritime Administration (MARAD), Division Atlantic Operation (DAO), 7737 Hampton Boulevard, Building 19, Suite 300, Norfolk, VA 23505-1204, and must be received NO LATER THAN 4:00 PM local time (EST) ON APRIL 20, 2010. Facsimile Quotes, FAR Clause 52.215-5, WILL BE accepted at fax #: 757-322-5858 as well as email Quotes to: Eileen.williams@dot.gov. However it is highly recommended that fax & email transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions.". Q) All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Please add your Dun & Bradstreet Number to your quote & Tax ID. R) There are no numbered notes applicable to this solicitation. Contracting Office Address: Department Of Transportation, Maritime Administration (MARAD), Division Atlantic Operation (DAO), 7737 Hampton Boulevard, Building 19, Suite 300, Norfolk, VA 23505-1204, United States Place of Performance: Training Ship Empire State, SUNY Maritime College, 6 Pennyfield Ave., Bronx, NY 10465 Primary Point of Contact.: Eileen M. Williams, Contracting Officer Eileen.williams@dot.gov Phone: 7573225824 Fax: 7573225857
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA2Q10046/listing.html)
 
Place of Performance
Address: SUNY Maritime College, 6 Pennyfield Ave., Bronx, NY 10465, Bronx, New York, 10465, United States
Zip Code: 10465
 
Record
SN02121127-W 20100416/100414234509-eed4c7383d6199a772b25aaea3f263b1 (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.