Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

J -- James River Reserve Fleet - FB-211 CRANE BARGE DRYDOCKING REPAIRS - ATTACHMENT 2 - ATTACHMENT 1

Notice Date
8/10/2011
 
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
DTMA-92-Q-2011-0066
 
Archive Date
9/16/2011
 
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
Profile Drawings Winch Drawing (0008A) Drawing (0008AE) - Fairlead Drawing (0008AD) - Double Bitts Drawing (0008AC) - Shark Jaws Drawing (0008AB) - Roller Button Configuration Drawing STATEMENT OF WORK PRICING SHEET 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 2005-53, effective August 4, 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 priced contract for the drydocking repair services for the FB-211 Crane Barge located at the James River Reserve Fleet. The estimated period of performance for the above service is September 12, 2011 - November 11, 2011. STATEMENT OF WORK: See Attachment 1, Statement of Work. Vessel Location: James River Reserve Fleet - Fleet Operations Group Fort Eustis Army Post End of Harrison Road Newport News, VA 23604 The following FAR and Transportation Acquisition Manual (TAM) 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; 52.211-08 TIME OF DELIVERY (45 days after notice to proceed) 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 521112-5(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 52.222-39 Notification of Employee Rights 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.233-02 Service of Protest 52.245-01 Government Property 1252.217-70 Guarantee 1252.217-72 Performance 1252.217-74 Subcontracts 1252.217-77 Title 1252.217-85 Inspection and Manner of Doing Work 1252.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program 1252.223-71 Accident and Fire Reporting 1252.223-73 Seat Belt Use Policies and Programs 1252.232-80 Progress Payments Under Commercial Ship Repair Contracts 1252.242-73 Contracting Officer's Technical Representative MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $10,000.00) 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-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-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: h ttp://www.wdol.gov/wdol/scafiles/std/05-2543.txt 52.237-1 Site Visit. There will only be one (1) scheduled Site Visit conducted at the FB-211 Crane Barge, located at James River Reserve Fleet - Fleet Operations Group, End of Harrison Road, Fort Eustis Army Post, Newport News, Virginia, on Tuesday, August 16, 2011 at 9:00 a.m. Prospective offerors planning to attend shall notify the Contracting Officer Technical Representative (COTR), Mr. Chris Hudgins at christopher.hudgins@dot.gov or (757) 887-3233 Ext. 17. All prospective offerors are strongly urged to inspect the ship at the designated date/time, in order to understand the full scope of all work items. Failure of a prospective offeror to submit any questions or to attend the site visit will be construed to mean that the offeror fully understands all requirements of the solicitation. Prospective offerors are advised that the site visit will be held solely to allow offerors an opportunity to gain the best possible understanding of the working environment and specific work items to be addressed under contract in order that they may prepare an accurate and complete price quote. All prospective offerors are advised that at the conclusion of the site visit, unless this solicitation is amended in writing, it will remain unchanged and, that if an Amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment shall be applicable. Written questions will be accepted from offerors up to but not following 12:00 p.m. EST on Friday August 19, 2011. All questions are to be submitted via e-mail to the Contracting Officer, Monique Leake at Monique.leake@dot.gov with the solicitation number DTMA-92-Q-2011-0066 as the subject. 52.212-02 EVALUATION - COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. Individual prices for all items listed in the schedule, summed to establish a Total Price CLINS 0001 thru 0012. Please input pricing on the provided Solicitation Pricing Excel Spreadsheet. •2. Past Performance - A list of all contracts, commercial and/or government performed within the last 3 years for work similar to the instant procurement, including a brief description, original contract dollar value, completed dollar value, original contract period of performance, completed period of performance, and customer point of contact (address, telephone number and e-mail). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All solicitations are due no later than 1:00 p.m. EST on Thursday, September 1, 2011. Any solicitations received after this date and time will not be accepted. 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 ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2011-0066/listing.html)
 
Place of Performance
Address: To Be Determined based on location of Contactor Facility, United States
 
Record
SN02529780-W 20110812/110811000401-467111c1a2473d6663b3b690281f61c9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.