Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

J -- M/V BARBARA LOIS CRANE CYLINDER REPAIR

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
DTMA-93-Q-2011-0016
 
Archive Date
8/27/2011
 
Point of Contact
Aline Smith, Phone: 5045896585
 
E-Mail Address
aline.smith@dot.gov
(aline.smith@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is a small business set aside and the NAICS code is 811310. The Department of Transportation (DOT) Maritime Administration (MARAD) Central Region Beaumont Reserve Fleet (BRF) intends to procure the overhaul of three Hydraulic Luffing Cylinders on the ERI TC 150 Crane located on the vessel Barbara Lois at the Beaumont Reserve Fleet, 2600 Amoco Rd, Beaumont, TX. The intent is to change out the cylinders one at a time in order to keep the Barbara Lois in service as much as possible. 1. GENERAL SPECIFICATIONS: 1. The contractor shall provide all labor, equipment, materials, engineering and structural calculations to accomplish the specification(s). 2. The contractor shall obtain all applicable Insurance's, Marine Chemist certificates, and permits required by law to accomplish the specification(s). 3. The contractor shall include all removals required to gain access to accomplish the repairs, renewals and additions enumerated herein. 4. The contractor shall replace all removals for access. 5. The contractor shall provide fire protection, fire watch services and equipment to protect the vessel and personnel. 6. The contractor shall take measurements of dimensions and proportions to accurately carry out these repairs. Measurements referred to in the specification(s) are estimates given for identification and general guidance only. 7. Materials or equipment identified in these specifications may be substituted with equivalent products with the Fleet Representative's approval. 8. The contractor shall dispose of all waste as per local, state and federal regulations. Copies of disposal documentation, if required, shall be delivered to the Fleet Safety and Environmental Officer. 9. The contractor shall clean and restore all areas disturbed by work outlined in the specification(s) as original. 10. The contractor shall maintain the vessel in a safe and clean condition. 11. The vessel is required to remain in a 48-hour readiness status while undergoing these repairs. The contractor shall plan and carry out this contract so that in the event of a National Defense emergency requiring the vessel be operational such can be accomplished in the readiness period. In such an event, remaining work scope will be terminated and overtime labor and extra costs will be negotiated as a change order to the contract. 12. The contractor shall make all removals and all renewals at the Beaumont Reserve Fleet while the vessel lay alongside the fleet shore side dock. 2. REFERENCES: 1. M/V Barbara Lois EBI TC 150 Crane Manual 3. ITEM LOCATION/ DESCRIPTION: 1. LOCATION: 3.1.1 Main Deck of Barbara Lois. 4. GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 1. NONE 5. STATEMENT OF WORK: 1. Provide a rebuilt or new luffing cylinder for an EBI TC 150 Crane. If a rebuilt cylinder is provided it shall be rebuilt to manufacture's specifications and shall be bench tested to demonstrate operations prior to delivery to the vessel. The contractor shall provide the Beaumont Reserve Fleet representative 24 hour notice prior to the bench test to allow the BRF representative opportunity to observe the test. 2. Deliver the rebuilt or new luffing cylinder to the Barbara Lois. Remove the port outboard cylinder and install the newly provided cylinder. Conduct an operation test of the crane. 3. Return the removed cylinder to the shop. Clean, open and inspect the cylinder. Rebuild the cylinder to manufacture's specifications. Install new seals, rings and fasteners. Provide a condition report to the BRF representative. Bench test the rebuilt cylinder to demonstrate operations prior to delivery to the vessel. The contractor shall provide the Beaumont Reserve Fleet representative 24 hour notice prior to the bench test to allow the BRF representative opportunity to observe the test. 4. Deliver the rebuilt cylinder to the Barbara Lois. Remove the middle cylinder and install the newly rebuilt cylinder. Conduct an operation test of the crane 5. Return the cylinder to the shop and rebuild the cylinder in accordance with the requirement of paragraph 6.3 above. 6. Deliver the rebuilt cylinder to the Barbara Lois. Remove the starboard cylinder and install the newly rebuilt cylinder. Conduct an operation test of the crane. The removed cylinder shall be retained by the contractor and a credit for the core exchange shall be included in the bid. 7. Upon completion of all repairs conduct a load test of the crane in accordance with the manufacturer's representative. 6. PERFORMANCE CRITERIA/DELIVERABLES: 1. Bench tests, to be observed by BRF representative 2. Condition Report - cylinder overhaul 3. Final load test to be observed by BRF representative 4. Notify the BRF representative by condition report of any conditions which may impact the completion of the work scope. 7. CLAUSES/TERMS: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.211-8 Time of Delivery (JUN 1997), 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2, Evaluation-Commercial Items (JAN 1999). 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (m) of this provision. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2009), 52.217-8 Option to Extend Services (NOV 1999, 52.237-2 Protection of Government Building, Equipment and Vegetation (APR 1984), 52.242-15 Stop-Work Order (AUG 1989), 52.246-4 Inspection of Services-Fixed Price (AUG 1996), 52.249-1 Termination for Convenience of the Government Fixed-Price (APR 1984); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.203-06 Restrictions On Subcontractor Sales to the Government (SEPT 2006), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code and 6) Delivery Schedule. Responses and questions to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to aline.smith@dot.gov or fax to 504-589-6593 no later than 12 August 2011 by 05:00 p.m. local time. Reference: DTMA-93-Q-2011-0016 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror with the best schedule, submitting a quote which conforms to this RFQ. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN CCR AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.CCR.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-93-Q-2011-0016/listing.html)
 
Place of Performance
Address: M/v BARBARA LOIS, BEAUMONT RESERVE FLEET, 2600 AMOCO ROAD, BEAUMONT, Texas, 77705, United States
Zip Code: 77705
 
Record
SN02496743-W 20110714/110712235623-f47ebf661fe7ffb3823cd2ab53b45bb3 (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.