Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2005 FBO #1278
SOLICITATION NOTICE

A -- Marine Patrol Catamaran Services

Notice Date
5/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025305T0014
 
Response Due
6/6/2005
 
Archive Date
7/6/2005
 
Description
This requirement in support of the Naval Undersea Warfare Center Keyport, 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-05-T0014. This solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. The applicable NAICS Code for this requirement is 488310 and a size standard of 500 employees. This solicitation is a set aside for Small Businesses. The contract line item: CLIN 0001: Services one 100? vessel for charter including crew (consisting of a Master and if required by the master one deckhand), fuel, provisions/messing, berthing, and insurance for operations ! in and around San Diego, California and San Clemente range (near coastal waters). Period of Performance is 12 July 2005 through 14 July 2005. Scope of work is: Contractor shall provide one 100? vessel for charter including crew (consisting of a Master and if required by the master one deckhand), fuel, provisions/messing, berthing, and insurance for operations in and around San Diego, California and San Clemente range (near coastal waters) during the above period of performance. The charter vessel shall be available beginning on July 12th at 0600 with a project completion of July 14th at 1600. The charter vessel will be operating during daylight hours and will moored each evening to the navy?s 186? YTT torpedo firing craft while operating on the test range. Movement of the vessel shall support NUWC personnel onboard. The primary mission will be to provide electronic monitoring support during Navy R&D torpedo firing, portable range installation and survey, scouting for! lost torpedoes and providing a surface radar watch during operations. Vessel will deploy two test systems overboard while in moor. NUWC will plant mooring buoy and anchor. Power requirements for the NUWC gear are (3) 20A 120VAC. The combined weight of the NUWC electronic equipment is approximately 1000 pounds. Communication equipment may also be installed to enable NAVY VHF and or UHF RF communications. FOB Destination with Inspection and Acceptance at Destination. Wage Determination No: 1994-0196 Rev 14 applies. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation f! actors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Past Performance: The Government may consider past performance information obtained from sources other than those identified by the offeror, including Federal, State, and local Government agencies, Better Business Bureaus, published media and electronic databases, including the Red, Yellow, Green database. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Cl! auses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions Commercial Items, Clause 52.204-4 Printed/Copies Double-Sided on Recycled Paper. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6 A1 Restrictions on Subcontractor Sales to the Government, 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns, 52.219-14, Limitation on Subcontracting (DEC 1996), 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation w Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disable! d Veterans and Veterans of the Vietnam Era, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. 52.203-3 Gratuities. The following DFAR clauses cited in this clause are applicable to this acquisition:, 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582) 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. The following DFAR clause is incorporated by reference 252.204-7004A Required Central Contractor Registration. The following DFAR clause 252.211-7003 Item Identificatio! n and Valuation is hereby incorporated in full. Quotes/Offers are due no later than June 6, 2005, 1200 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A3. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for the CLIN providing a unit and extended price, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov)., provide TIN, DUNS, and CAGE Code information. Any questions shall be submitted in writing via the fax number provided above or e-mailed to evonickcj@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. No paper copies of this RFQ / amen! dments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquistion Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/Solicitation.htm)
 
Record
SN00815605-W 20050527/050525212459 (fbodaily.com)
 
Source
FedBizOpps.gov 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.