Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

J -- CAPE CHALMERS Miscellaneous Mechanical and Electrical Repairs - Attachments for DTMA92R1500001

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA92R1500001
 
Archive Date
2/21/2015
 
Point of Contact
Erika F. Matthews, Phone: 7573225804
 
E-Mail Address
erika.matthews@dot.gov
(erika.matthews@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - DTMA92Q1500001 Quote Sheet Attachment 2 - CAPE CHALMERS Specs Attachment 1 - RFQ 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; price quotes are being requested and a written Request for Quotation (RFQ) will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective November 25, 2014. 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 price purchase order for the provision of services to conduct miscellaneous mechanical and electrical repairs aboard the CAPE CHALMERS located at the F ederal Law Enforcement Training Center (FLETC), in North Charleston, SC. See Attached Request for Quotation (Attachment 1) and CAPE CHALMERS Specs (Attachment 2) The requested period of performance is immediately after award with completion by April 30, 2015. Vessel Location: CAPE CHALMERS FLETC 2000 Bainbridge Avenue Charleston, SC 29406-2607 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 address: Federal Acquisition Regulations (52.) https://acquisition.gov/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/assistant-secretary-administration/procurement/tar-part-1252-solicitatons-provisions-and-contract U.S. Maritime Administration Provisions and Clauses (MCL.) h ttps://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instructions to Offerors-Commercial Items (APR 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 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: (DEC 2014) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225 ‐ 3, Buy American Act ‐‐ Free Trade Agreements ‐‐ Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (JUL 2013) 52.222-41 Service Contract Act 1965 (MAY 2014) 52.222-42 Statement of Equivalent Rates (MAY 2014) 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (MAY 2014) 52.222-55 Establishing a Minimum Wage for Contractors (DEC 2014) 52.246-4 Inspection of Services - Fixed-Price (AUG 1996) 1252.223-73 Seat Belt Use Policies and Programs (APR 2005) MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00) (AUG 2005) MCL.H-3 Indemnity and Insurance (AUG 2005) 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) (AUG 2005) MCL.H-6 Standards of Employee Conduct (AUG 2005) MCL.H-10 Supplemental Growth Requirements (AUG 2005) MCL.H-11 Disposition of Removed Equipment and Scrap (AUG 2005) MCL.H-12 Maritime Liens, No Authority to Incur (AUG 2005) MCL.L-2 Agency Protests (AUG 2005) APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION : The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2473.txt?v=16 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-160 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-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169 SHIP CHECK - SITE VISIT Pre-quote conference/site visits will be conducted onboard the CAPE CHALMERS at 9:00 a.m. EST, located at its layberth: FLETC, 2000 Bainbridge Avenue, Charleston, SC 29406-2607, on the following dates: Monday, January 26, 2015 Tuesday, January 27, 2015 Wednesday, January 28, 2015 POC: Mr. Jerry Bradley, Contracting Officer's Representative, phone: 409-284-1509; email: gerald.w.bradley@dot.gov, or Ms. Erika F. Matthews, Contracting Officer, phone 757 ‐ 322 ‐ 5804; erika.matthews@dot.gov. These are the ONLY site visits that will be conducted. Quoters are encouraged to attend as failure to attend does not relieve the quoter of accuracy of their proposal and the quoter's responsibility that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost. In order to make the visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site in writing (email) to the Contracting Officer by 12:00 p.m. EST on Monday, February 2, 2015. Responses determined to be necessary will be issued by amendment to the solicitation package. Responsible sources shall provide the following: - Satisfactory Past Performance information for similar services done in the past three (3) years - Signed SF-1449 and any subsequent Amendments - Price quote (Attachment 3) which identifies the requested item(s), quantity, unit price, and extended price - Prompt Payment Terms - Remittance address, Tax Identification Number, DUNS number All Potential Offerors are required to be a registered vendor in the System for Award Management Maintenance (SAM); formerly Central Contractor Register (CCR). Responses to this solicitation are due Friday, February 6, 2015 at 12:00 p.m. EST. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. All Quotes are to be e-mailed to Erika.Matthews@dot.gov. No faxed quotes will be accepted. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible acceptable offeror, whose quote is conforming to the solicitation requirements, and offers the lowest evaluated price. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. 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 or e-mail stlpinfo@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA92R1500001/listing.html)
 
Record
SN03621611-W 20150123/150121235518-139379849512773f1118225a999bd5f7 (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.