Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

V -- Crew Vessel Transportation Services

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060413T3062
 
Response Due
4/24/2013
 
Archive Date
5/9/2013
 
Point of Contact
Neil Alexander 808-473-7569 neil.alexander@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR 13.5 “ Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-13-T-3062. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130228. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm The NAICS code is 483114, Coastal and Great Lakes Passenger Transportation and the Small Business Standard is 500 employees. The proposed contract is competitive, 100% set aside for small business concerns. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ PHASE I CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 28 MAY 2013 THROUGH 20 JUNE 2013 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________. = $__________. CLIN 0002 “ PHASE II CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 24 JUNE 2013 THROUGH 24 JULY 2013 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________ = $__________. CLIN 0003 “ PHASE III CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 12 AUGUST 2013 THROUGH 14 AUGUST 2013 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________ = $__________. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.209-5, Certification Regarding Responsibility Matters; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable (LPTA). To be technically acceptable, the contractor must demonstrate how it will successfully accomplish the requirements of the RFQ in sufficient detail to establish technical acceptability in accordance with the Performance Work Statement. At a minimum the offeror shall address: 1.Identify the make and model of the vessel intended to be used to ensure the vessel possesses current U.S. Coast Guard inspection certification, with full compliance to applicable Federal, State of California and local government regulations and requirements for vessels of this type. 2.Clearly demonstrate the vessels capability of sustaining a cruise speed of at least 15 knots with a minimum passenger capacity of forty-eight (48). 3.Specify the actions to be taken to ensure cleanliness of the vessel, include the frequencies of cleanings. 4.Demonstrate how the vessel is maintained in accordance with original equipment manufacturer specifications and industry standards. 5.Detail how the schedule outlined in the performance work statement (PWS) will be met. Include a quality/contingency plan detailing the specific actions to be taken to ensure the required schedule is maintained. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Lack of registration in the System for Award Management (SAM) database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov. All quotes shall include price(s), a point of contact to include, name, phone number, and e-mail address, as well as quoter business size under the specified NAICS. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close on Wednesday, 24 April 2013 at 1100 Hrs Hawaii Standard Time (HST). Contact Neil Alexander who can be reached at 808-473-7569 or email neil.alexander@navy.mil. All questions shall be submitted via e-mail to neil.alexander@navy.mil, by 1100 Hrs HST on Monday, 15 April 2013. All questions and answers will be submitted via an amendment to the original solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3062/listing.html)
 
Record
SN03033919-W 20130413/130411234551-1730fafe7f941b8131dd6b831d0fc1b0 (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.