Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2008 FBO #2333
SOLICITATION NOTICE

J -- DRY-DOCKING OF THE FB-54 DECK SPUD BARGE

Notice Date
4/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), CR Acquisition, DOT/Maritime Administration, CR Acquisition 500 POYDRAS ST., ROOM 1223 NEW ORLEANS LA 70130
 
ZIP Code
70130
 
Solicitation Number
DTMA1Q08021
 
Response Due
4/17/2008
 
Point of Contact
Alfredia Rich-Murphy Contract Specialist 2023660020 alfredia.rich-murphy@dot.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 13 with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SUBSEQUENT REQUEST FOR QUOTATION (RFQ) WILL NOT BE ISSUED. The RFQ Number is DTMA1Q08021. The Department of Transportation (DOT) Maritime Administration (MARAD) Central Region Beaumont Reserve Fleet 2600 AMOCO Road; Beaumont, TX 77705 intends to procure services using Performance Based Service Acquisition (PBSA) procedures the dry-docking of the FB-54 Deck Spud Barge to accomplish routine underwater/topside maintenance and repairs as specified in the attached associated repair specifications and Statement of Objectives (SOOs) on a firm-fixed price basis: The attached package includes the following items: NOTE: PLEASE E-MAIL REQUEST FOR COPY OF ATTACHED SPECS AND DRAWING. alfredia.rich-murphy@dot.gov 000) General Specifications - Page 1; 001) Dry-dock Specification - Page 2-3; 002) Underwater/Topside Coatings - Page 4-5; 003) Patch Side Shell Plate - Page 5-6; 004) Delivery/Redelivery - Page 6. This requirement will be 100% Small Business Set Aside, and the NAICS code is: 336611 with a Small Business size standard of 1000 employees. Vendors shall submit their quotes to Department of Transportation via email to alfredia.rich-murphy@dot.gov or fax to 202-366-3237. The Period of Performance (POP) shall be 23 Apr 2008 through 30 Sep 2008. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-24 and the latest Transportation Acquisition Circular (TAC) 06-01 issued 27 Dec 2005. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003) and TAM 1204.1103 Procedures. (e) Contracting officers are to ensure each contract document transmitted to the payment office includes the assigned DUNS number or, if applicable, the DUNS+4 number, within the award document in accordance with (FAR) 48 C.F.R. 52.204-7(b)(2); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.219-6 Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003), and 52.232-36 Payment by Third Party (May 1999). All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions: (A) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (a) The Government will award a contract resulting from this solicitation to the responsibility 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: (i) price; (ii) past performance; (iii)technically acceptable. Technical and past performance, when combined, are equal when compared to price. At a minimum, parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code, 6) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB destination. Responses to this Request for Quotation are due not later than 18 Apr 2008 by noon (12 pm). Reference: DTMA1Q08021 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible quoter submitting a quote which conforms to this RFQ. IMPORTANT INFORMATION: Interested parties shall provide name and drivers license number in order to access the facilities; and a request for a site visit prior to response date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71d5d77fd3d97a5270b01dd8c6028c3f&tab=core&_cview=1)
 
Place of Performance
Address: Beaumont Reserve Fleet2600 AMOCO RoadBeaumont, TX
Zip Code: 77705
 
Record
SN01553112-W 20080416/080414215055-71d5d77fd3d97a5270b01dd8c6028c3f (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.