Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

R -- VESSEL OPERATORS AND MATES FOR NOAA RESEARCH VESSELS - PERFORMANCW WORK STATEMENT (PWS)

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCND6000-13-01088DT
 
Archive Date
7/24/2013
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
APPLICABLE CLAUSES AND PROVISIONS FAR 52.212-3 OFFEROR REPRESENATIONS AND CERTIFICATIONS PERFORMANCE WORK STATEMENT (PWS) AND QUALITY ASSURANCE PLAN COMBINED SYNOPSIS/SOLICITATION VESSEL OPERATORS AND MATES FOR NOAA RESEARCH VESSELS FULMAR AND R4107 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6000-13-01088DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 488390. The small business size standard is $35.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Services, non-personal, The Office of National Marine Sanctuaries West Coast Region Office requires a Senior Operator-in-Charge (Senior Captain), Operator-in-Charge (Captain), Mate, and Deckhand to operate and maintain the 67-foot research vessel R/V FULMAR and 41-foot research vessel R-4107 and other ONMS vessels as required. The FULMAR and R4107 missions are to support research and monitoring in the three central California sanctuaries, including Gulf of the Farallones, Cordell Bank and Monterey Bay National Marine Sanctuaries as described in Attachment I, Performance Work Statement and Quality Assurance Plan. BASE PERIOD: DATE OF AWARD THROUGH 4/30/2014 PROVIDE LOADED HOURLY RATE SENIOR OPERATOR 1000 HRS @ ____________ = _____________ OPERATOR 180 HRS @ _____________ = ______________ MATE 1130 HRS @ _____________ = ______________ DECK HAND 170 HRS @ _____________ = $ _______________ TOTAL _____________ OPTION PERIOD: 5/1/2014 - 8/30/2014 PROVIDE LOADED HOURLY RATE SENIOR OPERATOR 330 HRS @ _____________ = $ _______________ OPERATOR 60 HRS @ _____________ = $ _______________ MATE 380 HRS @ ____________ = $ _______________ DECK HAND 60 HRS @ __________ = $ _______________ TOTAL $________________ The number of work-hours is the Government's best estimate of need for evaluation purposes only. The number listed does not guarantee the contractor this total number of hours to be performed. (VI) Description of requirements is as follows: See attached Performance Work Statement which applies to the Base Period and Option 1. The Department of Labor Wage Rates:WD 2005-2071, Revision No. 15 applies to this acquisition and can be found at www.wdol.gov. (VII) Period of performance shall be: Base Year: Date of award through April 30, 2014 Option 1: May 1, 2014 through August 30, 2014 Primary operations site is Monterey, CA. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. • Meet all required specifications provided in the Performance Work Statement. Please respond in the order of specifications provided in this document. Include required certifications. • Past Performance - quote shall include at least two references that can provide information pertaining to the offeror's performance of relevant work. • Price - Please quote loaded hourly labor rates in paragraph V. (IX) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government Paragraph (a) is hereby completed as follows and evaluation will be based on: Technical Capability, Past Performance and Price. TECHNICAL CAPABILITY EVALUATION: Offerors will be evaluated on their proposed technical approach and how they plan to meet the specified requirements, along with proof of required certifications/licenses, of proposed Key Personnel. PAST PERFORMANCE EVALUATION: The Government will conduct a performance assessment based on the quality of the past performance of the Contractor on similar contracts as it relates to the probability of successful accomplishment of the required effort. Information utilized may be obtained from the references listed in the proposal, other customers known to the Government, and/or others who may have useful and relevant information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction. The Government reserves the right to assess the past performance of proposed subcontractors, if applicable. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other Government agencies or commercial entities, or past performance databases. BASIS FOR PRICE EVALAUTION Pricing will be reviewed for fair and reasonableness. Evaluation of offer(s) will be in accordance with FAR Part 12.602, FAR Part 13.106, and as prescribed in FAR 52.212-2 Evaluation - Commercial Items. FAR 52.217-5 EVALUATION OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). BASIS FOR AWARD The award will be made on best value to the Government where price is equal to the following combined technical factors: 1) Relevant experience of key personnel and 2) Past performance on similar projects within the last 6 years. The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012), with its quote. SEE ATTACHMENT II. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at SAM.GOV. Please note that the System for Award Management (SAM) is now the official U.S. Government system that consolidated the capabilities of CCR/RedReg, ORCA, and EPLS. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2013), Alternate I (Aug 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) applies to this acquisition. For a list of the specific subparagraphs in FAR 52.212-5 that apply to this acquisition, refer to ATTACHMENT III, APPLICABLE CLAUSES AND PROVISIONS. (XIII) For a list of additional FAR and Department of Commerce clauses and provisions that apply to this acquisition, refer to ATTACHMENT III, APPLICABLE CLAUSES AND PROVISIONS. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MDT on July 23, 2013. All quotes must be faxed or emailed (preferred) to the attention of Doris Turner. The fax number is 303- 497-3163 and email address is Doris.P.Turmer@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Doris Turner, Fax: 303-497-3163, email address: Doris.P.Turner@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6000-13-01088DT/listing.html)
 
Place of Performance
Address: 99 PACIFIC STREET, MONTEREY, California, 93940, United States
Zip Code: 93940
 
Record
SN03110401-W 20130711/130709234455-f10b337916bc5971e39a58242485a2f5 (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.