Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
MODIFICATION

J -- Monitor and Maintain the Flower Garden Banks National Marine Sanctuary Mooring Buoy System

Notice Date
4/11/2006
 
Notice Type
Modification
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA133C06RB0020
 
Response Due
4/21/2006
 
Archive Date
6/30/2006
 
Point of Contact
Rhonda Nelson, Procurement Technician, Phone (303) 497-3487, Fax (303) 497-3163, - Rhonda Nelson, Procurement Technician, Phone (303) 497-3487, Fax (303) 497-3163,
 
E-Mail Address
Rhonda.Nelson@noaa.gov, Rhonda.Nelson@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation RA133C-06-RB-0020 is hereby amended as follows; 1. The Solicitation Number RA133C-06-RP-0060, referenced under ?Description?, is hereby corrected to read RA133C-06-RB-0020. 2. The BID FORMAT is hereby revised as follows: 1. Base Period (date of award through December 31, 2006): Line Item 0001: 1 Yr. of Mooring Buoy Maint. (17 buoys): $_____________ Optional Line Item 0002: Cost per additional Buoy $_____________each 2. Option Period 1 (January 1, 2007 through December 31, 2007) Line Item 0003: 1 Yr. of Mooring Buoy Maint. (17 buoys): $_____________ Optional Line Item 0004: Cost per additional Buoy $_____________each 3. Option Period 2 (January 1, 2008 through December 31, 2008) Line Item 0005: 1 Yr. of Mooring Buoy Maint. (17 buoys): $_____________ Optional Line Item 0006: Cost per additional Buoy $_____________each TOTAL (Line Item no?s 0001, 0003 & 0005) $_____________ 3. Clarification: Optional items may or may not be ordered in any one period; however, total optional items will not exceed three. 4. Clarification: The Government will allow changes in the specified maintenance schedule to accommodate unfavorable weather conditions. 5. The subparagraphs referenced under FAR clause 52.212-5(b) are revised as follows; (1),(5),(7),(9),(14),(16),(17),(18),(19),(20),(26),(29),(31) and 52.212-5(c)(1),(2),(3). are added hereby added. 6. FAR Clause 52.217-9 is hereby added in full text. 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the current period of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. 7. CAR clause 1352.228-70 is hereby incorporated into the solicitation by reference. The following section is hereby added to this clause; "When passage is required of Contractor employees on vessels in Connection with performance under the contract, the Contractor shall have U.S. Longshoremen and Harbor Worker's Compensation Coverage. Coverage shall be on a twelve-month basis and have a $500,000.00 limit of liability for any one person." 8. FAR Clause 52.228-5 is hereby incorporated into the solicitation by reference. 9. The following questions and answers are provided for informational purposes only; a) One of the Dive contractors that I have contacted would like to know how much insurance and what kind of coverage they would need to carry? Please refer to CAR clause 1352.228-70. The following section is added to this clause; "When passage is required of Contractor employees on vessels in connection with performance under the contract, the Contractor shall have U.S. Longshoremen and Harbor Worker's Compensation Coverage. Coverage shall be on a twelve-month basis and have a $500,000.00 limit of liability for any one person." b) When was the last time anyone did a dive inspection of the anchor points at this site? Inspections are current (March 06). c) In the section: Maintenance / Inspection Requirements: B.) 100% of the responsibility of the anchor points, other than inspection, and the possible installation of three additional buoys, will fall to FGBNMS? This means that the contractor is not responsible for installing new anchor points. The contractor will be required to inspect the current points and advise whether or not they need to be replaced. d) How many buoys are currently in place at this time? There are 15 buoys currently in place, however this is irrelevant. By the time the contract is awarded, those 2 additional buoys will be back out. The bidders should prepare a bid for the maintenance of 17 buoys and an optional 3 buoys that may be added over the lifetime of the contract. e) Are the vacant anchor points marked in some way underwater so as to identify? Vacant buoys have an underwater (sub-surface) buoy attached for identification. f) Where are the buoys kept that are out of service? The Government?s extra buoys are currently stored at a warehouse owned by the current contractor. g) Are we responsible for the storage of the out of service buoys? Yes, see last sentence in ?Materials? section. h) How much does one buoy weigh? 39 lbs was the weigh found on line. i) What are the number of personnel and certifications needed for the dive crew? There are no specific requirements for the number and certification level of divers used under this contract. Obviously, they need to be certified to the level necessary to perform the required work. However, the required work is mostly "inspection", with some underwater cleaning (scrubbing). As for the numbers, they need to meet OSHA requirements for personnel safety. Diving activities must comply with all applicable government regulations including, but not limited to, 29 CFR 1910, Subpart T and 49 CFR 197, Subpart B. The first reference is the OSHA regulations and the second is the USCG. 10) As stated in Amendment 1 for this Solicitation, the due date for bids is extended until April 21, 2006, 3:00 P.M. Mountain Time.
 
Place of Performance
Address: The Sanctuary consists of three separate areas, located between 70 and 100 nautical miles SSE of Galveston, Texas.
Zip Code: 77554
Country: United States
 
Record
SN01025431-W 20060413/060411220332 (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.