Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

19 -- NEW YORK, N.Y. Lease of Staff for Liberty IV

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - STLI Statue of Liberty National Monument Ellis Island Procurement Office Jersey City NJ 07305
 
ZIP Code
07305
 
Solicitation Number
N194010A877
 
Response Due
9/20/2010
 
Archive Date
8/23/2011
 
Point of Contact
Yeny A. Reyes Contract Specialist 2123633206120 Yeny_Reyes@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is modificaiton to previous announcement under Q1940100877, Solicitation: N1940100877 posted August 19, 2010 due to the following reasons:a. List announcement as a combine synopsis/solicitation b.State the correct response date of 09/20/2010 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP) and the solicitation number is N1940100887, NER-STLI-National Park Service, Statue of Liberty, Ellis Island, Jersey City, NJ, 07305-1776. Requires the following: Lease a passenger vessel. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This solicitation is being advertised as Unrestricted under NAICS 483212 - Island Water Passenger Transportation with a size Standard of 500 employees. The Standard Industrial Classification (SIC) is 1910. The U.S. Department of Labor Wage Determination Number: WD 05-2375 (Rev. 8), dated July 29, 2009, is applicable. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a contract to the responsible offeror whose total proposal represents the best value for the Government, price and other factors considered on a "low-price-technically-acceptable" basis. This contract will have a a firm-fixed price portion which will include a minimum guaranteed of 10 days and an IDIQ portion which is to include services of approximately 170 days. A technically acceptable will meet or exceed the following criteria:(1) Have at least three (3) years of experience performing similar services as required in this solicitation. (2) Indentify the key personnel and crew who will be performing the work.(2) The contractor shall provide sufficient documentation of satisfactory past performance on recent contracts preferably performed within the past three (3) years of similar scope, size and complexity as this one. Information on the references shall include name of the company, point of contact, phone number, description of the work provided, total amount of contract. TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS:a. The three (3) technical factors are of equal importance to each other and when combined are approximately equal to price. Elements within each technical factor are also of equal importance within the factor. It is the Government's intent to utilize low price, technically acceptable selection procedures to award the contract to the offeror whose proposal is considered to be most advantageous to the Government, price and technical factors considered. Price will be evaluated in accordance with FAR 15.404-1. The following paragraphs are Supplementary Instructions to Offerors to be used in conjunction with the Instructions to Offerors provided in FAR 52.215-1, Instruction to Offerors (01/2004). CONTENT OF PROPOSAL:a.The offeror shall submit the following information via email at NPNHContracting_BidProposal@nps.gov.b.Completed and signed Standard Form 1449, "Solicitation, Contract, Order/Commercial Items".c.Line Item Summary- Offerors shall enter price(s) for each bid item listed in the Bid Schedule. Bids must be submitted on all items. Failure to bid on all items may result in the Bid being rejected as non-responsive.3.Completed Section K - ORCA Representations and Certifications. Failure to submit sufficient information for the Government to determine technical capability may be cause for the rejection of the quote. FORMAT FOR PROPOSALS:a. Electronic deliverables will be accepted. DELIVERY ADDRESS OF PROPOSALS:NPNHContracting_BidProposal@nps.gov or Fax: 212-363-8343 STATEMENT OF WORK: It is the intention under the terms and conditions of this purchase order for the contractor to provide the National Park Service, Statue of Liberty, N.M., N.Y. a passenger vessel that has a minimum capacity of one hundred twenty (120) persons for up to a maximum of one hundred eighty (180) calendar days. The vessel will be used to transport park staff, contractors, park partners, concessioner, and staff from: Coast Guard Group Battery Park pier C, Ellis Island and Liberty Island and return trips, while the Park's primary vessel Liberty IV is in for repairs. The vessel shall make these runs according to the National Park Service Schedule (SEE BELOW). The vessel will run in the morning (5) hours and in the afternoon for (5) hours. The vessel will require screening by the USPP for both sessions. The Contractor shall supply a vessel that has the minimum capacity of 120 persons. Fuel, maintenance of vessel, a captain and deck hand(s) and access ramp are included in this lease and shall be supplied by the vendor. The vessel shall be operated and staffed in accordance with USCG regulations. The schedule changes by season, the Government shall give the contractor a new schedule accordingly indicating the exact dates and times (The start and end times stay the same). The vessel will still run for (10) hours per day, however the number of trips will either decrease or increase according to the park operations. The Government has the option to extend or cancel this contract at any time with a minimum guaranteed of 10 calendar days. SCHEDULE: Depart Times/Morning ScheduleDepart TimesAfternoon Schedule5:30 AM MIO Screening 5:00 PM MIO Screening6:00 AM MIO-ELLIS 5:30 PM MIO-ELLIS6:20 AM ELLIS-MIO 5:45 PM ELLIS-LIBERTY6:30 AM MIO-ELLIS 6:00 PM LIBERTY-ELLIS6:45 AM ELLIS-LIBERTY 6:10 PM ELLIS-LIBERTY6:55 AM LIBERTY-ELLIS 6:30 PM LIBERTY-ELLIS7:10 AM ELLIS-MIO 6:45 PM ELLIS-MIO7:30 AM MIO-ELLIS 7:00 PM MIO-ELLIS7:45 AM ELLIS-LIBERTY 7:10 PM ELLIS-LIBERTY8:00 AM LIBERTY-ELLIS 7:20 PM LIBERTY-ELLIS8:15 AM ELLIS-MIO 7:30 PM ELLIS-MIO8:30 AM MIO-ELLIS 8:00 PM MIO-ELLIS8:45 AM ELLIS-LIBERTY 8:15 PM ELLIS-LIBERTY9:00 AM LIBERTY-MIO 8:30 PM LIBERTY-ELLIS9:30 AM MIO-ELLIS 8:45 PM ELLIS-MIO9:45 AM ELLIS-MIO 9:45 PM Mio-Ellis-Liberty10:00 AM MIO-ELLIS10:15 AMELLIS-LIBERTY VESSEL WITH CREWThe contractor shall supply a USCG certified vessel. The contractor shall operate the vessel with a USCG licensed captain and supply deckhands. The Government will not maintain the vessel and the contractor shall perform all regular and preventative maintenance for their vessel. The Government will not supply fuel for this vessel. The vessel shall have side loading capabilities. This vessel will be in service from 5:30AM to 10:15AM, and from 5:00 pm to 9:45 pm, 7 days a week straight through for a maximum period of 180 days. BID SCHEDULE: LINE ITEM QTY UNIT PRICE TOTAL COST0001(FIRM FIXED PRICE) 100 HRS/10 DAYS $___________ (HR)/$__________(DAY) $________________(Minimum Garanteed amount) 0002(IDIQ) 1 HR/1 DAY $____________(HR)/$__________(DAY)(Provide services on an indefinite Delivery Indefinitely Quantity as needed basis). Hours/Days under the IDIQ portion of this contract is approximately 1,700 HRS/170 DAYS. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 (Section K) Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); 52.246-4, Inspection of Services-Fixed Price; 52.211-11, Liquidated Damages; FAR 52.246-25, Limitation of Liability - Services; FAR 52.249-8, Default (Fixed-Price Supply and Service); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.222-3, Convict Labor; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.219-28 - Post-Award Small Business Program Rerepresentation; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.252-2, Clauses Incorporated by Reference. Also, your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 20 September 2010 by 10:00 AM EST. Submit offers or any questions to Yeny Reyes by email at NPNHContracting_BidProposal@nps.gov or Fax: 212-363-8343. Questions regarding this solicitation be made by contacting Yeny Reyes at 212-363-3206 Ext 120. or by email at yeny_reyes@nps.gov(End)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N194010A877/listing.html)
 
Place of Performance
Address: NER STLI, National Park Service Statue of Liberty N.M. Ellis Island, Jersey City NJ
Zip Code: 073051776
 
Record
SN02251583-W 20100825/100823235605-15c80941bb42a8d7a21b6b8b9881f534 (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.