Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

Z -- Diving Services - Wage Determinations - OFFEROR REPRESENTATIONS AND CERTIFICATIONS

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-16-Q-0057
 
Archive Date
8/31/2016
 
Point of Contact
Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
OFFEROR REPRESENTATIONS AND CERTIFICATIONS Wage Determinations This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL55-16-Q-0057 is issued as a request for quotation. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 561990 and the size standard is $11,000,000. Item No. Description Quantity 0001 Furnish 3-Man Crew Diving Services, charges as follows: •· $ per 8-hr.day •· Note : Once crew starts work and diver is in water, they must be paid a minimum of eight (8) hours. (Union) •· Minimum call-in time and charge: 24-hours, $ 00 •· Travel, Mileage, per diem per Federal Travel Regulations: $ per day per employee. $ per overnight stay, 3-person crew •· Mobilization/Demobilization charge: $ each •· Additional charge for multi vehicles : $ per day (If needed for towing work boat, in addition to work trailer). AS REQUIRED 0002 Equipment and related supplies, charges as follows: •· Boat Rental: $ per day or prorated for actual time used and $ per hour with licensed captain; •· Camera: $ per day; •· Camera supplies: $ each •· Prints: $ per each; •· 185 CFM Air Compressor: $ per day (subject to avail.) Plus $5.00 per section of 50-ft. hose. •· Video Camera with Audio: $ per day; •· Underwater color DVR video, $ ea. (Digital thumb drive) •· Welder: $ per day or prorated for actual time used; •· Burning Leads/Torch: $ per day or prorated for actual •· Underwater Cutting Rod: $ per rod; •· Underwater Welding Rod: $ per rod; •· Oxygen: $ per bottle; •· Ocucrete: $ per bag; •· Air Lift Pipe: $ per day or prorated for actual time used; •· Cable Hoist/Puller (2T air hoist): $ per day or prorated ; •· Rock Drill: $ per day or prorated for actual time used; •· Drill Bit: $ per day or prorated for actual time used; •· Drill Steel: $ per day or prorated for actual time. •· Report Preparation: $ per hour (reports are to be submitted in writing, consisting of drawings, pictures, etc. of dive job) AS REQUIRED SLSDC intends to award two Firm-Fixed-Price Blanket Purchase Agreements For the period October 1, 2016 through September 30, 2018. * Submittals : •· All offerors must submit a capabilities statement, to include: 1. Core competencies 2. Past performance 3. Corporate data 4. Contact information 5. All other information required in the evaluation criteria. •· "Certificates of Insurance" shall be submitted with your quote and prior to beginning work. •· All offerors shall submit a company safety manual and company dive operations manual. *Other Instructions: The Corporation may furnish some of the equipment required; however, this will be on an individual basis at the direction of the Corporation's Project Officer. All charges begin at the actual dive site. Estimates shall be given to the Project Officer prior to each job. Equipment necessary for communication between divers is considered part of the normal trade practice and shall not be billed to the Corporation. Invoices will be submitted monthly, indicating services performed, location of work, hours, equipment, supplies used, etc. Place of Performance: All diving services are to be performed in various locations (U.S. Waters) of the St. Lawrence River. * Note: The order shall be paid with a government purchase card in accordance with FAR32.1108 Payment by Governmentwide Commercial Purchase Card. All offerors shall indicate their ability to accept this form of payment. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items(APRIL 2014) applies to this acquisition. 52.212-2 Evaluation of Commercial Items (OCT 2015) applies to this acquisition as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. Technical Acceptability •2. Price SLSDC intends to award; no less than two, Firm-Fixed-Price Blanket Purchase Agreements (BPA), in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process. The BPAs shall have a not to exceed amount of $15,000 each and will be awarded to the two lowest priced quotes that are technically acceptable. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the schedule, and the requirements provided in the evaluation criteria below. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. The total price for evaluation purposes will be in accordance with the evaluation criteria established below. To be determined technically acceptable contractors must provide proof of the following capabilities: •· All divers shall be commercial diver certified as necessary to perform their tasks as required in New York State. Certifications for key personnel shall be submitted with the vendors quote. •· All work shall be done per industry standards and in accordance with OSHA29 CFR 1910.410 (OSHA) regulations. Past experience and any certifications shall be submitted with quotes. •· The offeror must have real time underwater video capabilities. Video shall be of sufficient quality, sound and color. Video shall identify underwater objects/equipment from up to 15' away in clear water conditions. •· Successful offerors shall have the capability to download videos onto a compact disk to be provided to SLDC. •· Offerors capabilities must include underwater rigging via SLSDC owned cranes equipment. •· Successful offerors must be capable of underwater fabrication which may consist of airline repair, grate repair, and any other light fabrication that requires the use of hand tools. •· Successful offerors must be capable of underwater Welding, Burning and Cutting. Vendor key personnel shall be certified for underwater welding, burning, and/or cutting as required for performing services in New York State. Certifications for key personnel shall be submitted with the vendors quote. •· Successful offerors must capable to responding to SLSDC requirements within 24hrs. The evaluation criteria for determining price will consist of: •· an 8-hr day for one(1) crew •· travel, mileage, per diem for one day and one overnight stay for a 3-person crew •· one(1) Mobilization/Demobilization charge •· 8-hr boat rental; 8-hr for licensed captain •· camera rental for one(1) day •· one(1) each for camera supplies •· one(1) each of prints; one days rental of 185 CFM Air Compressor •· one(1) 50' section of compressor hose •· video camera rental for one(1) day •· one(1) each underwater color DVR video(digital thumb drive) •· one(1) day welder rental •· one(1) each underwater welding rod •· one(1) day burning leads/torch rental •· one(1) each underwater cutting rod •· one(1) bottle oxygen •· one(1) bag ocucrete •· one(1) day rental air lift pipe •· one(1) day rental cable hoist/puller(2 ton air hoist) •· one(1) day rental rock drill •· one(1) day rental drill bit •· one(1) day rental drill steel •· 1-hr of report preparation This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014). The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-14 Service Contract Reporting Requirements, 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts, 52.219-6 Notice of Small Business Set Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-17 Nondisplacement of Qualified Workers, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment(Multiple Year and Option Contracts). Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.222-41 Service Contract Labor Standards (MAY 2014), 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1 Government Property (APR 2012), 52.245-9 Use and Charges (APR 2012). The Following FAR Clause is also required in full text, 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits 47040 - Diver $54.63 $21.85 47041 - Diver Tender $39.18 $21.85 Response date for receipt of offers/quotes is by 4:30 pm EST, Tuesday, August 09, 2016. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to Jason.brockway@dot.gov. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-16-Q-0057/listing.html)
 
Place of Performance
Address: Saint Lawrence Seaway, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04201861-W 20160731/160729234745-c292635ff88e93b4b9d04a876ac72fb2 (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.