Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

J -- TS Golden Bear 2011 Post Cruise Voyage Repairs - Amendment 3

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
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
DTMA4Q20110052
 
Point of Contact
Patricia L. Etridge, Phone: (415) 744-2586, Kathryn Rato, Phone: (415) 744-2580
 
E-Mail Address
patricia.etridge@dot.gov, Kathryn.Rato@dot.gov
(patricia.etridge@dot.gov, Kathryn.Rato@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
QUOTE SHEET REVISED 8/29/11 AMENDMENT 0003 - CLIN 0014 Inclining experiment & DWT survey (Option Item) is cancelled. The revised quote sheet is attached. AMENDMENT 0002 - Change the statement of work as follows and details included on ENCL 5 - STATEMENT OF WORK CHANGES. Items are: 1. Provide for alternative to overflow modification in CLIN 008, paragraph 5.11 E. 2. Assume 250 sq-ft of underlayment in CLIN 009, paragraph 5.1.2 vs. 110 sq-ft called out. 3. No change - The Ship check is scheduled for Tuesday, 8/30/2011 at 9AM onboard the vessel in Vallejo, CA and the Solicitation closes on Friday, September 2, 2011 at 2PM PT. AMENDMENT 0001 - 1. Corrects ambiguous dates in the Instructions to Offerors as follows: 2. The statement of work and the quote sheet is corrected to identify CLIN 014, INCLINING EXPERIMENT as an OPTIONAL ITEM. 3. All other terms and conditions remain unchanged. The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for TS Golden Bear for Ship Repair Services to include Installation of doors; blast and cost ballast tanks; steel repairs; and coating renewals. 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. NAICS code 336611 applies. This is NOT a small business set-aside. GENERAL REQUIREMENTS: 1-- INSTRUCTIONS TO OFFERORS a) This solicitation is issued in accordance with FAR Part 12, Commercial Items for Vessel Repairs on the Training Ship the Golden Bear. The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for TS Golden Bear for Ship Repair Services such as Installation of doors; blast and cost ballast tanks; steel repairs; and coating renewals. There are several long lead items. The proposed contract will be performed while the vessel is located at Vallejo, California, at the foot of 200 Maritime Academy Drive. The requested period of performance for the above service is expected to be 100 days awarded on or about September 12, 2011 through December 9, 2011. Ship check is scheduled for Wednesday, 8/24/2011 at 9AM. Solicitation closes Monday, August 29, 2011 at 2PM PT. b). The following information is required from Offerors and must be submitted with your quote: A. PRICE PROPOSAL - Offerors shall provide individual prices for all items listed in the Quote Sheet and a total overall price for the services to be performed. 2-- EVALUATION FACTORS FOR AWARD a). Evaluation Criteria The Government will evaluate proposals in response to the solicitation without discussion. In its evaluation of each proposal, the Government shall use the price factor and the following two non-price factors, listed below in order of importance to evaluate offers: FACTOR 1 - PRICE The Government will evaluate the lowest priced offer by considering the sum total of the Contract Line items. FACTOR 2- PAST PERFORMANCE The government will assess the relevance of the contract(s) or subcontracts(s) performed in the last three years which required work similar in size and scope to the work described in the Statement of Work (SOW). FACTOR 3- TECHNICAL CAPABILITY The Government will assess the Offeror's detailed technical description of how all the required work will be accomplished. This will include evaluation of proposed methodologies for demonstration of the requirements included in the SOW. Offerors will evaluated on the proposed means, techniques and procedures to be utilized for complying with the SOW. This includes the proposed process for performance, quality, timeliness, and productivity standards associated with preparation of input and output data; and any process improvements identified in meeting the requirements. All non-price factors essentially relate to a "pass/fail" consideration and all proposed offers that are technically acceptable and include an acceptable past performance "pass." These offers are then compared in order to determine the lowest price, which will be the proposal that is selected for award. b). Technical Evaluation Factor Within the technical evaluation factor, the offeror will also be evaluated based upon the following sub-factor. SUB-FACTOR 1 - BRAND NAME OR EQUAL 3-- EVALUATION CRITERIA The Government will award a contract to the lowest priced, technically responsive bidder whose bid, conforming to the terms and conditions of the solicitation, will be the most advantageous to the Government. Option items will be awarded based on availability of funds. 4-- SITE VISIT/SHIP CHECK A pre-solicitation ship check is scheduled for Tuesday, August 30 th at 9 AM on board the vessel. Interested parties please contact Sujit Mukherjee, Contracting Officer Technial Rep via email at sujit.mukherjee@dot.gov or by calling 415-744-0273. 5-- QUOTE SUBMITTAL This solicitation allows quotes to be transmitted by email. All email bids shall be addressed to Patricia Etridge, Contracting Officer at patricia.etridge@dot.gov. In accordance with FAR 52-216-1, bids must be received by the Contracting Officer, including any amendments and revisions and all evaluation factors required above by the time specified in the solicitation. 6-- REPS AND CERTS The FAR requires that offerors provide Reps & Certs at least annually via ORCA. Reference FAR 52.212-03 for further instructions. The link to ORCA is http://orca.bpn.gov.5 7-- DEPT OF LABOR WAGE DETERMINATION - SOLANO COUNTY CA WD 05-2069 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011 is attached to the statement of work. 8-- ATTACHMENTS ATTACHMENT 1: STATEMENT OF WORK ATTACHMENT 2: QUOTE SHEET ATTACHMENT 3: TERMS AND CONDITIONS ATTACHMENT 4: MARAD COATING GUIDELINES Ship check is scheduled for Tuesday, 8/30/2011 at 9AM onboard the vessel in Vallejo, CA. Solicitation closes Friday, September 2, 2011 at 2PM PT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA4Q20110052/listing.html)
 
Place of Performance
Address: California Maritime Academy, 200 Maritime Academy Drive, Vallejo, California, 94590-8181, United States
Zip Code: 94590-8181
 
Record
SN02553296-W 20110831/110829235136-1ebe82d41267373928393ad99b4dd23f (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.