Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

J -- OVERHAUL OF THE #2 AND #3 DIESEL GENERATORS ON THE NOAA SHIP MACARTHUR II - Caterpillar D398 10,000 Hour Overhaul

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133M-11-RB-0010
 
Archive Date
2/28/2011
 
Point of Contact
Crystina R Elkins, Phone: (206) 526-6036
 
E-Mail Address
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification for Overhaul of #2 and #3 Diesel Generators on the NOAA Ship MacArthur II Overhaul of the #2 and #2 Diesel Generators on the NOAA Ship MACARTHUR II. 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. The Request for Quote (RFQ) number is AB133M-11-RB-0010. The synopsis/solicitation constitutes an RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-47. The RFQ is set aside for small businesses. The associated North American Industry Classification System (NAICS) code is 333618 which has a corresponding size standard of 1,000 employees. The National Oceanic and Atmospheric Administration (NOAA) requires the following items: 0001, Overhaul of the #2 Caterpillar D398 Ship Service Diesel Generator on the NOAA Ship MACARTHUR II in accordance with Statement of Work (SOW), 1 JOB, $_________ 0002, Overhaul of the #3 Caterpillar D398 Ship Service Diesel Generator on the NOAA Ship MACARTHUR II in accordance with Statement of Work (SOW), 1 JOB, $_________ 0003, Additional Item Requirements (AIRs)/Growth Labor Rate per hour for an estimated 50 hours, $________ 0004, AIRs/Growth Material Markup/Handling Fee, for an estimated amount of $1,500.00, ________% The Detail Specification entitled, "Caterpillar D398 10,000 Hour Overhaul" is incorporated by reference and provided as an attachment to this RFQ. For purposes of price evaluation for award, the sum total of all line items shall be considered. Award will be made to the low priced, responsive, responsible quoter. The Engine Overhaul shall start on or about February 15, 2011 and be completed by April 1, 2011. The place of performance is the NOAA facility at Federal Center South in Seattle, WA located at: 4735 East Marginal Way Seattle, WA 98134 The FAR provision 52.212-2, Evaluation - Commercial Items (JAN 1999) applies to this acquisition with the following fill-in: Quotes will be evaluated based on price and the ability to meet the required delivery date. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (OCT 2010), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.215-72, Inquiries (APR 2010) {Fill-in #1 - Crystina Elkins at Crystina.R.Elkins@noaa.gov, Fill-in #2 - ten (10)} CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, WAD, Attn: Paul Reed, 7600 Sand Point Way NE, Seattle, WA 98115-6249; fill-in paragraph "c": Helen Hurcombe, U.S. Department of Commerce, Office of Acquisition Management, 1401 Constitution Ave, NW Room 6422, Washington, DC 20230} CAR 1352.237-72 Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.237-73, Foreign National Visitor and Guess Access to Departmental Resources (APR 2010) CAR 1352.246-70 Place of Acceptance (APR 2010) {Fill-in paragraph "b": on board NOAA Ship MACARTHUR II} CAR 1352.270-70 Period of Performance (APR 2010) {Fill-in paragraph "a": on or about February 15, 2011 - April 1, 2011; paragraph "b" does not apply.} CAR 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) {Fill-in paragraph "a": to be provided at the time of award.} CAR 1352.271-72 Additional Item Requirements (AIRs) - Growth Work (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2010) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontrct Awards (6) 52.209-6, Protecting the Government's Interest when Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (9) 52.219-6, Notice of Total Small Business Set Aside, (JUN 2003) (12) 52.219-8, Utilization of Small Business Concerns, (DEC 2004) (14) 52.219-14, Limitations on Subcontracting, (DEC 1996) (20) 52.219-28, Post Award Small Business Program Representation (APR 2009) (21) 52.222-3, Convict Labor, (JUN 2003) (23) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (24) 52.222-26, Equal Opportunity, (MAR 2007) (25) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (26) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (27) 52.222-37, Employment Reports on Veterans, (SEP 2010) (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (34) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (37) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (42) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) The following additional FAR clauses cited in the clause at paragraph (c) are applicable to this acquisition, as such consider the following clauses checked: (5) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment - Requirements (NOV 2007) No other additional contractual terms and conditions are applicable. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) and are requested by 2:00 P.M. PST on January 18, 2011 to Crystina.R.Elkins@noaa.gov. Quotes may also be faxed to 206-527-3916. The anticipated award date is on or about February 15, 2011. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Crystina.R.Elkins@noaa.gov; questions must be received before 4:00 PM PST on January 13, 2011. Telephonic requests will not be honored. The services shall take place on location at NOAA site located at Federal Center South on East Marginal Way South, Seattle, Washington. Performance of work shall occur between February 15, 2011 and March 31, 2011. The estimated length of the work is fifteen (15) days. The proposed contract is set-aside for small business concerns. The NAICS code for this procurement is 333618 and the size standard is 1,000 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133M-11-RB-0010/listing.html)
 
Place of Performance
Address: Federal Center South, 4735 East Marginal Way, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN02355288-W 20110108/110106233945-508827112a388889194156ae180e8a9e (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.