Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

R -- Acquisition of Professional Services for Compilation & Analysis of Shallow-Draft/ Inland Vessel Operating Costs (SDIVOCs)

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-11-T-0031
 
Response Due
9/28/2011
 
Archive Date
11/27/2011
 
Point of Contact
Danielle Grunwald, 703-428-6123
 
E-Mail Address
USACE HEC, Ft. Belvoir
(danielle.j.grunwald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation Number: W912HQ-11-T-0031 - Request for Proposal This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The requirement is set-aside for small business and the associated NAICS code is 541690 for Other Scientific and Technical Consulting Services. Description: The primary efforts under this contract will emphasize the compilation of vessel operating costs according to general cargo hull type and size classes typically of concern to USACE analysts when undertaking shallow-draft/inland navigation project evaluations (see Statement of Work for complete description of work to be performed). Contract Line Items: 0001LSGeneral Task I. Baseline compilation of Shallow-Draft Vessel operating Costs (limited to two (2) existing vessel types; update and/or development of computerized model). 0002LSGeneral Task II. Compilation of four (4) additional vessel types as specified. 0003General Task III. 0003AALSResearch and assessment of secondary sale or resale markets for hull assets (preliminary/initial scoping) (shown in SOW as "General Task IIIa".) 0003ABLSEvaluation of long-term financial costs (shown in SOW as "General Task IIIb".) 0003ACLSOptionPublic distribution of costs at reduced level of detail (shown in SOW as "General Task IIIc".) 0004General Task IV. 0004AALSCompilation of fleet bunkerage costs (five-year moving average based on monthly annual quarterly data) (shown in SOW as "General Task IVa".) 0004ABLSCompilation of domestic SDI dredge plant bunkerage costs (five-year moving average based upon annual quarterly data.) (shown in SOW as "General Task IVb".) 0005LSGeneral Task V. Preparation of vessel operating costs guide (primer or manual). 0006LSContractor Manpower Reporting. 1001LSOptionGeneral Task I. Baseline compilation of Shallow-Draft Vessel Operating Costs (limited to two (2) existing vessel types; update and/or development of computerized model). 1002LSOptionGeneral Task II. Compilation of four (4) additional vessel types as specified. 1003OptionGeneral Task III. 1003AALSOptionResearch and assessment of secondary sale or resale markets for hull assets (preliminary/initial scoping) (shown in SOW as "General Task IIIa".) 1003ABLSOptionEvaluation of long-term financial costs (shown in SOW as "General Task IIIb".) 1003ACLSOptionPublic distribution of costs at reduced level of detail (shown in SOW as "General Task IIIc".) 1004OptionGeneral Task IV. 1004AALSOptionCompilation of fleet bunkerage costs (five-year moving average based on monthly annual quarterly data) (shown in SOW as "General Task IVa".) 1004ABLSOptionCompilation of domestic SDI dredge plant bunkerage costs (five-year moving average based upon annual quarterly data.) (shown in SOW as "General Task IVb".) 1005LSOptionGeneral Task V. Preparation of vessel operating costs guide (primer or manual). 1006LSOptionContractor Manpower Reporting. 2001LSOptionGeneral Task I. Baseline compilation of Shallow-Draft Vessel Operating Costs (limited to two (2) existing vessel types; update and/or development of computerized model). 2002LSOptionGeneral Task II. Compilation of four (4) additional vessel types as specified. 2003OptionGeneral Task III. 2003AALSOptionResearch and assessment of secondary sale or resale markets for hull assets (preliminary/initial scoping) (shown in SOW as "General Task IIIa".) 2003ABLSOptionEvaluation of long-term financial costs (shown in SOW as "General Task IIIb".) 2003ACLSOptionPublic distribution of costs at reduced level of detail (shown in SOW as "General Task IIIc".) 2004OptionGeneral Task IV. 2004AALSOptionCompilation of fleet bunkerage costs (five-year moving average based on monthly annual quarterly data) (shown in SOW as "General Task IVa".) 2004ABLSOptionCompilation of domestic SDI dredge plant bunkerage costs (five-year moving average based upon annual quarterly data.) (shown in SOW as "General Task IVb".) 2005LSOptionGeneral Task V. Preparation of vessel operating costs guide (primer or manual). 2006LSOptionContractor Manpower Reporting. 3001LSOptionGeneral Task I. Baseline compilation of Shallow-Draft Vessel Operating Costs (limited to two (2) existing vessel types; update and/or development of computerized model). 3002LSOptionGeneral Task II. Compilation of four (4) additional vessel types as specified. 3003OptionGeneral Task III. 3003AALSOptionResearch and assessment of secondary sale or resale markets for hull assets (preliminary/initial scoping) (shown in SOW as "General Task IIIa".) 3003ABLSOptionEvaluation of long-term financial costs (shown in SOW as "General Task IIIb".) 3003ACLSOptionPublic distribution of costs at reduced level of detail (shown in SOW as "General Task IIIc".) 3004OptionGeneral Task IV. 3004AALSOptionCompilation of fleet bunkerage costs (five-year moving average based on monthly annual quarterly data) (shown in SOW as "General Task IVa".) 3004ABLSOptionCompilation of domestic SDI dredge plant bunkerage costs (five-year moving average based upon annual quarterly data.) (shown in SOW as "General Task IVb".) 3005LSOptionGeneral Task V. Preparation of vessel operating costs guide (primer or manual). 3006LSOptionContractor Manpower Reporting. 4001LSOptionGeneral Task I. Baseline compilation of Shallow-Draft Vessel Operating Costs (limited to two (2) existing vessel types; update and/or development of computerized model). 4002LSOptionGeneral Task II. Compilation of four (4) additional vessel types as specified. 4003OptionGeneral Task III. 4003AALSOptionResearch and assessment of secondary sale or resale markets for hull assets (preliminary/initial scoping) (shown in SOW as "General Task IIIa".) 4003ABLSOptionEvaluation of long-term financial costs (shown in SOW as "General Task IIIb".) 4003ACLSOptionPublic distribution of costs at reduced level of detail (shown in SOW as "General Task IIIc".) 4004OptionGeneral Task IV. 4004AALSOptionCompilation of fleet bunkerage costs (five-year moving average based on monthly annual quarterly data) (shown in SOW as "General Task IVa".) 4004ABLSOptionCompilation of domestic SDI dredge plant bunkerage costs (five-year moving average based upon annual quarterly data.) (shown in SOW as "General Task IVb".) 4005LSOptionGeneral Task V. Preparation of vessel operating costs guide (primer or manual). 4006LSOptionContractor Manpower Reporting. Delivery Information: The period of performance will consist of one (1) base year and four (4) option years. Delivery shall be made to CEIWR-NDC at 7701 Telegraph Road, Alexandria, VA 22315, ATTN: Ian Mathis. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil or www.acquisition.gov/far. Offerors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. The following provisions apply: FAR 52.212-1 -- Instructions to Offerors (and any addenda to the provision) FAR 52.212-2 -- Evaluation-Commercial Items FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (include a completed electronic copy of Offeror Representations and Certifications-Commercial Items with the offer) FAR 52.212-4 -- Contract Terms and Conditions-Commercial Items (and any addenda to the clause) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Additional applicable FAR clauses include numbers 52.212-5(b): (1) 52.203-6, ALT I, Restrictions on Subcontractor Sales to the Government (Oct 1995). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010). (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010). (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011). (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantages Business Concerns (Oct 2008). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009). (24) 52.222-3, Convict Labor (June 2003). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). (30) 52.222-37, Employment Reports on Veterans (Sep 2010). (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010). (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). (48) 52.239-1, Privacy or Security Safeguards (Aug 1996). Additional applicable FAR clauses include numbers 52.212-5(c): (1) 52.222-41, Service Contract Act of 1965 (Nov 2007). (2) 52.222-42, Statement Of Equivalent Rates for Federal Hires (May 1989). FAR 52.217-5 -- Evaluation of Options (Jul 1990). FAR 52.217-7 -- Option for Increased Quantity-Separately Priced Line Item (Mar 1989). FAR 52.217-8 -- Option to Extend Services (Nov 1999). FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000). FAR 52.227-11 -- Patent Rights-Ownership by the Contractor (Dec 2007). FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Additional applicable DFARS clauses include numbers 252.212-7001(a): (Unnumbered) 52.203-3, Gratuities (Apr 1984). Additional applicable DFARS clauses include numbers 252.212-7001(b): (1)252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009). (9) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010). (18) 252.227-7015, Technical Data (Mar 2011). (19) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999). (20) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). (23) 252.243-7002, Requests for Equitable Adjustment (Mar 1998). (26) 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS 252.227-7013 -- Rights in Technical Data-Noncommercial Items (Mar 2011). DFARS 252.227-7014 -- Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation (Mar 2011). DFARS 252.227-7039 -- Patents-Reporting of Subject Inventions (Apr 1990). Due Date: The due date for the delivery of a response to this combined synopsis/solicitation is on or before 08:00 A.M., Local Fort Belvoir, VA time; 28 September 2011. Point of Contact (POC): Danielle Grunwald, Contract Specialist, Phone: 703-428-6123, Fax: 703-428-8181, E-mail: danielle.j.grunwald@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-11-T-0031/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02555224-W 20110901/110830235638-d3b3bdbb4d3fc258e486c124520143c1 (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.