Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

20 -- Repair, Maintenance and Equipment Installation for NOAA's Chesapeake Bay Office Research Vessels

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713930 — Marinas
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKHC40-8-39855
 
Archive Date
9/2/2008
 
Point of Contact
Robin L. Prather,, Phone: 301-713-0820 x126, Jeanette Spreemann,
 
E-Mail Address
robin.prather@noaa.gov, Jeanette.Spreemann@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKHC40-8-39855 is issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The ceiling price for this acquisition is $100,000.00 The U.S. Department of Commerce/NOAA Chesapeake Bay Office (NCBO) requires marine equipment installation, vessel modifications, vessel and engine repair and maintenance services on a periodic and as-needed basis for the NCBO Field Operations Program compliment of research vessels including, but not limited to: 1) The Research Vessel (R/V) Bay Commitment 41' aluminum hulled, diesel powered vessel (Cummins Diesel Model QSL-9); 2) R/V In Situ 27' fiberglass Guardian Whaler survey launch powered by twin 225 h.p. outboard engines; 3) R/V Alosid 21' fiberglass Parker Center Console powered by a single 225 h.p. outboard and 4) R/V Mugil 24' fiberglass over wood hull mullet skiff powered by a single 115 h.p. outboard. The contractor shall furnish all tools, labor, materials and equipment necessary to perform these services. These services shall be provided at one or more of the following locations: The Smithsonian Environment Research Center (SERC) (home port) in Edgewater, Maryland, remote sites where the vessel may be located during its regular operations on the Chesapeake Bay and its tributaries (within a 50 mile radius of Edgewater, Maryland); or at the selected vendor's marina or marine repair facility with the capacity to lift the 41' vessel. Location of required services will depend on the specific circumstances of the required work and in the context of the vessel's mission requirements. Timely response (within 24 hours) and mobile repair capability (within three business days, assuming availability of parts) is essential. The services required include, but are not limited to: 16 Ton lifting capacity metal, fiberglass, and wood fabrication and installation; factory authorized inboard and outboard engine (diesel and gas) installation, maintenance and repair for Cummins Diesel Products, Evinrude and Yamaha outboard engines; marine electronics installation, maintenance and repair (including radar); marine hydraulics design, installation, maintenance, and repair; trailer maintenance, and repair; and general vessel systems installation, maintenance, and repair (e.g., marine air conditioning installation, maintenance and repair; hull and running gear maintenance and repair). The vendor must also have experience with the design, installation, maintenance and repair of specialized systems that facilitate the research mission of NCBO's vessels (e.g., hydraulic systems). These services must be effective, efficient and available in a timely manner in order to maintain critical NCBO mission support operations. In consultation of NCBO, the principle vendor is authorized, and in some cases expected to subcontract certain services when necessary (e.g., outboard engine installation, maintenance and repair). Any subcontractors must be approved by NCBO prior to commencement of any services being performed. The period of performance shall begin September 1, 2008 through August 31, 2009. Two additional one-year options are included. Pricing should be provided for each year. Hourly rates for the Basic year as well as each of the two optional years shall be provided for each vessel as well as any additional fees. The resulting purchase order shall be awarded on a Time and Materials basis. The award shall be made on a best-value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government may award a purchase order resulting from this solicitation to the responsible offeror conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. The following evaluation factors while relatively equal, are listed in order of importance: (i) approach, (ii) past performance, and (iii) price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Alt I), applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.232-33; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); applies to this acquisition, as indicated. FAR 52.232-7, Payments under Time and Materials and Labor Hour Contracts, applies to this acquisition. FAR 52.216-31, Time and Materials/Labor Hour Proposal Requirements - Commercial Item Acquisition, applies to this solicitation; FAR 52.243-3, Changes - Time and Materials or Labor Hours, applies to this acquisition. FAR 52.217-9, Option to Extend the Term of the Contract (fill ins = 30 days) applies to this acquisition. If any work is subcontracted, the contractor shall submit the subcontractor's qualifications/certifications to NOAA prior to working on the vessels. All interested contractors must be actively registered in the Central Contractor Registration (CCR) (www.ccr.gov). All responsible sources may respond to this combined synopsis/solicitation with a quotation addressed to Robin Prather, NOAA Acquisition Division, 1305 East West Highway, Room 7608, Silver Spring MD 20910 to be received no later than 2:00 p.m. August 18, 2008. Responses may be faxed to 301-713-0806 or emailed to Robin.Prather@noaa.gov. Responses must be no more than 10 pages. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NOAA's receipt of quote. See government-wide numbered notes 1 and 25 at http://www.fbo.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e4f5a47a2b9aad13bc75e18647a6ae4&tab=core&_cview=1)
 
Place of Performance
Address: 410 Severn Avenue, Annapolis, Maryland, 21403, United States
Zip Code: 21403
 
Record
SN01628944-W 20080803/080801221648-0e4f5a47a2b9aad13bc75e18647a6ae4 (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.