Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

J -- TS KENNEDY Annual Lifeboat, Liferaft, Rescue Boat Davit Fall Inspection & Testing - Package #1

Notice Date
5/4/2011
 
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
DTMA92Q20110032
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
monique.leake@dot.gov, melinda.simmons-healy@dot.gov
(monique.leake@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Quote Sheet Attachment 1 - Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective April 15, 2011. NAICS code 336611 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for TS KENNEDY to accomplish various inspections and tests to numerous life boats, a rescue boat and davits aboard TS KENNEDY. This work shall involve the following: 1. Inspecting brakes on all life boat davits (1, 2, 3, 4, 5, 6, 7, & 8), the port side rescue boat davit, and all life raft davits (1, 2, 3 & 4) 2. Provide Certified Weight and Condition Survey of each Life Boat. 3. Weight test and perform annual service of all lifeboats and lifeboat davits, all life raft davits and the rescue boat and davit including all releasing gear. The requested period of performance for the above service is September 12, 2011 through September 30, 2011. STATEMENT OF WORK: See Attachment 1 Vessel Location: Massachusetts Maritime Academy 101 Academy Drive Buzzards Bay, MA 02532 The following FAR, Transportation Acquisition Manual (TAM), and MARAD local provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm U.S. Maritime Administration Provisions and Clauses (MCL) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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; within FAR Clause 52.212-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.225 ‐ 3, Buy American Act ‐‐ Free Trade Agreements ‐‐ Israeli Trade Act (Over 25K) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 322-5858 52.223-18 Contractor Policy to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs MCL.H-2 Supplemental Work Requests (Subparagraph (d) (10) is $5,000.00) MCL.H-3 Indemnity and Insurance MCL.H.4 Indemnity and Insurance (Additional) (All limits up to $5,000,000.00 are revised to $1,000,000.00 for this solicitation) MCL.H-6 Standards of Employee Conduct MCL.H-10 Supplemental Growth Requirements MCL.H-11 Disposition of Removed Equipment and Scrap MCL.H-12 Maritime Liens, No Authority to Incur MCL.L-2 Agency Protests APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2259.txt SHIP CHECK - SITE VISIT A pre-quote conference and site visit will be conducted onboard the TS KENNEDY at 10:00 a.m. ET, located at its layberth located at Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, MA, 02532. WHEN: May 12, 2011 POC: Mr. Jeffrey H. Brown, Contracting Officer's Technical Representative, phone 757 ‐ 694-5505; email: Jeffrey.H.Brown@dot.gov, or Ms. Monique R. Leake, Contracting Officer, phone 757 ‐ 322 ‐ 5820; Monique.Leake@dot.gov. All firms intending to submit a quotation should plan to attend site visit. In order to make the site visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site should be submitted in writing (email) to the Contracting Officer. Responses to questions will be issued by amendment to the solicitation package. INVOICE SUBMISSION INSTRUCTIONS - MARAD The 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 Responsible sources shall provide the following: •1. Price quote which identifies the requested item(s), unit price, and extended price (see Quote Sheet, Attachment 2) Total price Prompt Payment Terms Remittance address, Tax Identification Number, DUNS number Responses to this solicitation are due May 24, 2011 at 2:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Monique.Leake@dot.gov or faxed to 757-322-5858 Attn: Monique Leake. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA92Q20110032/listing.html)
 
Place of Performance
Address: Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, Massachusetts, 02532, United States
Zip Code: 02532
 
Record
SN02439378-W 20110506/110504234520-c69f30d5c0388f29ba5f007127fb0e57 (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.