Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
MODIFICATION

C -- Marine Engineering services

Notice Date
1/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA94Q20110011
 
Point of Contact
kathryn rato, Phone: 4157442580, Debra Velmere, Phone: 4157444140
 
E-Mail Address
kathryn.rato@dot.gov, Debbie.velmere@dot.gov
(kathryn.rato@dot.gov, Debbie.velmere@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
See bolded for changes. The Request for Quotation number is DTMA94Q20110011 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. This acquisition is a Small Business set aside for offerors' business size not to exceed $18.5mil. The NAICS is 541330. The contract type will be a firm-fixed-priced contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals. A written solicitation will not be issued. The ensuing award is under the authority of FAR Subpart 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities: Site Tour at Suisun Bay Reserved Fleet Benicia CA, 9:00AM Feb 1,2011 contact Bill.Connick@dot.gov Description of Service : Study of Alternatives for the Repair, Retrofit, or Replacement of the Suisun Bay Reserve Fleet (SBRF) Facility Barge (APL). The Maritime Administration (Marad) is considering alternatives for the repair, retrofit, or replacement of the Suisun Bay Reserve Fleet (SBRF) Facility Barge, formerly an ex-U.S. Navy Auxiliary Personnel Lighter (APL). SBRF is part of Marad's National Defense Reserve Fleet located in Benicia, CA, and maintains a group of laid up ex-commercial, U. S. Navy and U. S. Coast Guard ships moored in Suisun Bay for potential re-use or ultimate disposal. The APL provides for a base of operations, including: Office space, Office support and storage areas, Meeting rooms, Restroom facilities, Employee break and change rooms, Maintenance shops, Industrial equipment store room, Spare parts storage, Hazardous material storage, Document archive, Mooring for fleet service craft The APL is in need of drydocking and repair, some extensive steel work at the waterline, and complete exterior recoating. In addition, the electrical distribution system is antiquated and is a potential fire hazard. It is also desirable to make the facility more energy efficient, and employ means of renewable energy for electrical power, heating and cooling. In discussions amongst Marad personnel regarding these requirements, alternatives have been suggested to replace the vessel with another floating facility or a building constructed atop or adjacent to the access pier. Site Conditions The facility is located in Suisun Bay and is subject to the effects of tide and weather. The following conditions may serve as guidelines for these effects as observed locally, however, the contractor must consult with the appropriate agencies to determine actual historic conditions and plan for a 50-year worst-case scenario: Winds, up to 70 mph, Tidal range, from -1 foot to +7 feet MLLW, Swell, up to 5 feet Water depth at the end of the pier, 17 feet MLLW, Ambient temperature of up to 102 degrees F Site Visits and Consultations The contractor shall visit the site and consult with Marad representatives to discuss mission requirements, needs, desires and ideas. Inspecting the site, including vessels suggested as being available for replacing the APL, will greatly assist the contractor in understanding the area, the facility and Marad's mission. An initial meeting will be conducted at the start of the study project, and as many follow-up visits to SBRF may be made as deemed necessary by the contractor and Marad. General Requirements This Performance Work Statement requires that the contractor perform research and study alternatives to repair, retrofit or replace the APL, designed to meet the facility requirements below. It is desired that the following alternatives be addressed: (1) For the existing APL, drydocking and repair of hull, grit blasting and coating of the exterior, significant interior rip out and replacement of the current configuration of offices, workshops, storage, employee break and change rooms, etc., and replacement of the electrical distribution system.; (2) For the existing APL, removal of all structure above the main deck and replacement with a modular type building.; (3) Replacement of the vessel with a similar vessel that is currently available (ex-YFNB-5) and installation of a modular type building.; (4) Replacement of the vessel with a dissimilar, but similarly-sized vessel currently available (ex-TRIUMPH, T-AGOS-4).; (5) Extending/enlarging the footprint of the pier and constructing a permanent building on the pier.; (6) Constructing an elevated building over a portion of the pier head.; (7) Constructing an elevated building over a portion of the parking lot. The contractor is not bound to only the above suggested alternatives, and is encouraged to suggest others that they may discover. Facility Requirements The following are Marad's requirements that must be addressed for any alternative suggested by the contractor: Office space for : currently 17, Manager, Assistant Manager, first line supervisors, 3 administrative staff, Copy room, Office supplies store room, Conference room, seating 12 persons, Centralized IT room, Auditorium with seating for 50 persons, Visitors' lounge with seating for 10 guests, Visitor muster area for donning life jackets and hard hats, Men's restrooms serving 50 men, Women's restrooms serving 10 women, Employee change/locker room for 50 personnel, Separate areas for men (45) and women (5), Employee break room for 50 persons, Employees computer training room that can seat 10 persons, Engine shop with adjoining office, Electrical shop, Machinery space for electrical switchboard and emergency diesel generator, Storeroom/Tool room with office for attendant, Mooring of fleet service craft (if the existing facilities are affected by design), Space for an oily water separator, Hazardous materials storage, File storage for 110 legal size 5-drawer file cabinets or 1000 sqft equivalent, Storage area for maritime artifacts with humidity controls 1832 sqft, -Document archive 40 file cabinets 425 sq ft, Compliance with Federal, State and Local regulatory agency requirements The following services are required for the facility: 480 VAC 3 phase, 600 amps, 120 VAC, 40 amps Telephone and T-1, Computer network cabling, HVAC, Potable water, Sanitary/sewer Energy Efficiency For all alternatives studied, the contractor shall pay particular attention to energy efficiency. Any new building shall conform to {green building construction standards IAW Leadership in Energy & Environmental Design(LEED), National Environmental Policy Act (NEPA), Executive Order 13423 and GSA Energy Star Building Program} with regard to insulation, lighting, industrial machines, and appliances. In addition, any renewable energy systems that can be incorporated into a retrofit, reconstruction or new construction will also be explored. Renewable energy systems that Marad has been considering are: Photovoltaic, Wind turbine, Hydro-current turbine, Solar heat exchanger, Hydro-thermal heat exchanger Report of Alternatives Contract Deliverables The contractor shall prepare a report on all of the alternatives studied. For each alternative, the report shall discuss: Summary description of the alternative, Feasibility, Pros and cons, including relocation of supporting infrastructure during construction, Conceptual sketches/renderings, Preliminary cost estimate, Estimated schedule to complete construction, including any required environmental review, public notice, permits, approvals, etc. Marad will consider the alternatives and choose one that it feels best meets its criteria for further development. Further development of the project into plans, specifications and a detailed estimate will be the subject of a separate statement of work, not to be included in this project. as well as the construction. Price Schedule: AMOUNT •01. Conversion of existing APL design work to include: $________ Summary of alternative, feasibility, Pros & Cons including relocation of supporting infrastructure during construction, conceptual sketches /renderings, Cost estimate, Est'd sch. Including Env. Review, and site visits 0 2.Existing APL, remove all structure above main deck and replace with modular building, to include subtasks similar to item 1 above $________ 03. Replacement vessel of the Fleet (ex-YFNB-5) and install modular building $___________ Include subtasks similar to item 1 above. 04. Replacement with dissimilar vessel yet of similar size of Fleet (ex-TRIMPH, T-AGOS-4) include subtasks similar to item 1 above $___________ 05. extend/enlarge footprint of pier and construct permanent building on existing yet extended pier, include subtasks similar to item 1 above $_____________ 06. Construct elevated building over a portion of the pier head, include subtasks similar to item 1 above $____________ 07. Construct elevated building over a portion of the parking lot include substasks similar to item 1 above $ __________ TOTAL $________ CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representations and Certifications or go on-line and complete form at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. 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. And as also prohibited by the California Code - Section 23123.5 CAL. VEH. CODE § 23123.5. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) makes mandatory the requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB1998) The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g and 10 U.S.C. 2402); FAR 52.219-6 Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-19 Child labor Coop w/ Authorities; FAR 52.222-21, Prohibition of Segregated Facilities; FAR FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793, FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); FAR 52.236-23 FFP Responsibility of A& E Contractor SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award one firm-fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered based on the total price for all CLINS. The following factors shall be used to evaluate offers: Marine architect license is pass or fail, the Technical Proposal and Past Performance are trade off against Price for best value determination. AWARD: This purchase will be based on the following criteria: 1) (a)professional licensure Technical evaluation will be based on proper licensure and extra weight if from California, proper licensure is PE or Marine from any state for CLINs 1-4, and only Calif. PE, or Architect's for item 5-7. 2) Past performance and price will be evaluated. 3) After determination of license validation, the other than price factors combined, are approximately equal to price., Offerors are cautioned that the government intends to evaluate offers and award a contract with discussions with first the most desirable technical offer in accordance with the short form of FAR 36.606 and if a firm fixed price that is reasonable can't be agreed to then negotiations will be closed and opened with the second most desirable and so on. •1) 1) TECHNICAL PROPOSAL INSTRUCTIONS: The offeror provides copies of key personnel qualifications for Marine Architecture. Provide letter of promise from key personnel that are licensed and assign to this project. 2) PRICE: 3) PAST PERFORMANCE: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material, etc.), total dollar amount, procuring activity or firm's complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence, customer satisfaction, management and adequate oversight. Relevance is specific experience with energy conservation, alternative energy, pollution prevention including Best Management Practices (BMP's) 4) OFFERS: 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors' offers shall consist of a signed quotation of prices for all the CLINs, (all is needed to be included in offer), submitted to the primary contact listed on this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA94Q20110011/listing.html)
 
Place of Performance
Address: site is 2595 Lake Herman Rd., Benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN02365714-W 20110127/110125234121-8413c1a69c860328f7755684be243c59 (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.