Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

J -- PF-610 OSPREYA Hauling, Bottom Coating and Propulsion Engine, Transmissions and Jet Drives Overhaul - Attachments 1-3

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA94Q2011-0051
 
Point of Contact
Debbie K. Velmere, Phone: (415) 744-4140, Kathryn Rato, Phone: (415) 744-2580
 
E-Mail Address
debbie.velmere@dot.gov, Kathryn.Rato@dot.gov
(debbie.velmere@dot.gov, Kathryn.Rato@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PF-610 Performance Work Statement (PWS) 94Q20110051 - Attachment 3 QUOTE SHEET 4Q20110051 - Attachment 2 FAR 52.212-5 AUG 2011 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commericial Items 94Q20110051 Attachment 1 The Request for Quotation number is DTMA94Q20110051 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53, dated 4 Aug 2011. This acquisition is a Small Business set aside for offerors' business size not to exceed 1,000 employees. The NAICS is 336611. 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 U.S. Department of Transportation, Maritime Administration, has a requirement to repair the OSPREY boat currently located in the Suisun Bay Reserve Fleet, Foot of Lake Herman Road, Benicia, CA. VESSEL PARTICULARS : OSPREY, PF-610: Boat is a 37 foot catamaran hull patrol boat of aluminum construction, model #340C (aka M2-37), manufactured by Moose Boats of Petaluma, CA, in 2005. •· LOA: 37' 6" •· LWL: 30' 6" •· Beam: 13' 6" •· Draft: 22" •· Dead Rise: 15 deg. •· Displacement: 16,500 lbs. dry •· Fuel Capacity: 380 gal. •· Propulsion: Two Cummins QSB 5.9-380 Marine Diesels, each driving one Twin Disc MG5705SC Marine Transmission and one Hamilton HJ-292 water jet •· Horsepower: 2 x 375 BHP •· Max Speed: Up to 38 Knots •· Service Speed: 27 knots •· Existing coating above waterline: US Paint etching primer G-9072, Awl grip 2-part epoxy primer D-1001, Awl grip topcoat G-5041 (Empress Blue) GENERAL REQUIREMENTS AND PERFORMANCE WORK STATEMENT: Hauling, Bottom Coating and Propulsion Engine, Transmissions and Jet Drives Overhaul, PF-610 OSPREY. (see Shore PF-610 DDR Engines 2011 PWS 94Q20110051 - Attachment 3) BRIEF SUMMARY: Scope of work includes hauling the boat out of the water, cleaning, inspection and coating of the underwater hull, overhaul of two (2) Cummins QSB5.9 propulsion diesel engines, overhaul of two (2) Twin Disc marine transmissions, and overhaul of two (2) Hamilton water jets. CLINS: •1. Haul Out and Launching •2. Hull Cleaning and Inspection •3. Surface Preparation •4. Underwater Hull Coating •5. Propulsion Engines •6. Transmissions •7. Jet Drives •8. Alignment •9. Supplemental Labor & Materials TERMS AND CONDITIONS Effective January 1, 2005, bidders are to submit representations and certifications electronically via the Business Partner Network (BPN) Website at http://orca.bpn.gov. 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 52.204-7 Central Contractor Registration; Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov in order to receive a contract award under this solicitation. 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; Addendem to (i) Payment INVOICE SUBMISSION - MARAD DPO The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADWRInvoices@dot.gov and 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. The transmitting e-mail shall include the following information: Name of the Contractor Contractor's Federal Tax ID Number 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 #) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (see 52.212-5 AUG 2011 4Q20110051 - Attachment 1) Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm 1252.223-73 Seat Belt Use Policies and Programs U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm MCL.E-1 Delegation of Inspection and Acceptance MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00) MCL.H.5 MARAD Reserve Force Safety Rules For Contract Personnel MCL.H-6 Standards of Employee Conduct MCL.H-7 Environmental Concerns/Asbestos Related/Hazardous Materials/Petroleum and Petroleum Products: Environmental Compliance 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.H-13 Supervision MCL.L-1 Pre-award Survey 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 ‐ 2375.txt SHIP CHECK - SITE VISIT All firms intending to submit a quotation should plan to attend site visit. In order to make the site visit as productive as possible, bidders 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 Combined Synopsis/Solicitation package. Boat is located at Suisun Bay Reserve Fleet, Foot of Lake Herman Road, Benicia CA. Contact the Contracting Officer, Debra Velmere at Debbie.Velmere@dot.gov by 8/8/2011 at (415) 744-4140 if you are interested in viewing the boat. SUBMISSION OF QUOTE No paper copies of the solicitation will be available. Electronic quotes are acceptable or quotes may be emailed to the Contracting Officer, Debbie.velmere@dot.gov. Please reference the solicitation number on your email Subject line and quote. Include your TIN, DUNS, Proposed Period of Performance and remittance address. (see Quote Sheet 4Q20110051 - Attachment 2) and any additional Commercial Terms and Conditions. Offers shall be good for a minimum of 90 days. The requested period of performance is estimated to be no more than 6 weeks after receipt of Notice to Proceed. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, which identifies the requested item(s), unit price, and extended price, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. ATTENTION : Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. If you have comments and/or questions, you may also contact the Contracting Officer by email: kathryn.rato@dot.gov with a copy of the email to debbie.velmere@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q2011-0051/listing.html)
 
Place of Performance
Address: Awardee's facility, United States
 
Record
SN02522000-W 20110806/110804235157-692b35c7c3edf0ce68217c82aa2b754e (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.