Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

J -- Vessel Maintenance and Repair at Kuwait Naval Base

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08T0004
 
Response Due
10/1/2008
 
Archive Date
11/30/2008
 
Point of Contact
Melissa.burant, 309.782.3748<br />
 
Small Business Set-Aside
N/A
 
Description
This 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; quotations are being requested and a written solicitation will not be issued. *****RESPONSES FROM INTERESTED PARTIES ARE DUE 28 AUGUST 2008, 1:00 CST***** This solicitation, W52P1J-08-T-0004 is issued using Simplified Acquisition Procedures pursuant to FAR Part 13.303. Multiple Blanket Purchase Agreements (BPA) using Time and Materials type orders will be issued. Army Sustainment Command, Rock Island, is seeking businesses willing to enter into BPAs, as defined by FAR 13.303, for a period of three (3) years. The services to be procured under these BPAs are for various direct support level repairs and maintenance for four (4) Army Watercraft Vessels moored in Kuwait. The vessels include two (2) Logistic Support Vessels (LSV) and two (2) Landing Craft Utility Vessels (LCU), which are moored at the Kuwait Naval Base (KNB). Hull numbers are LSV 4 and 6 and LCU 2008 and 2018. The Performance Work Statement (PWS) is available upon request from Melissa Burant, Melissa.burant@us.army.mil. All orders will be competed and all BPA holders provided a fair opportunity to quote on requirements. Price and ability to meet the required delivery date will be the basis for award of orders. Contractors that have a proven record of providing vessel maintenance will be considered in establishing this BPA. The government reserves the right to request submission of information deemed necessary to support a responsibility determination pursuant to FAR 9.104. All Offerors determined to be responsible are eligible for award of a BPA. The applicable NAICS code is 336611, Vessel Building and Repair. All orders under resulting BPAs will require Inspection and Acceptance at Origin, FOB Destination, and invoicing through Wide Area Workflow (WAWF). All contractors must be registered in the Central Contractor Registration (CCR) to be eligible to hold a BPA. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, dated 12 June 2008. Upon the Governments determination that the contractor is responsible, a draft copy of the BPA will be provided for review and signature. Responses indicating interest should be provided no later than close of business 28 AUGUST 2008. Offerors MUST submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with their offer. In accordance with FAR 13.303-3, the following mandatory terms and conditions are included in this solicitation: The resultant BPA will not obligate any funds. The government is only obligated to the extent of call orders issued against BPAs awarded pursuant to this solicitation. Call Limitation: No individual call under resulting BPAs shall exceed $100,000 each. All Shipments under resulting BPAs shall be accompanied by delivery tickets or sales slips which shall contain the following minimum information: a.Name of Supplier b.Blanket purchase agreement number c.Date of order d.Itemized list of supplies or services furnished e.Call order number f.Quantity, unit price and extension of each item, less applicable discounts g.Date of performance or delivery Invoicing: Primary order method against resulting BPAs will be orders. A summary invoice shall be submitted at least monthly or upon expiration of the BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. The Army Sustainment Command (ASC) is the only agency authorized to place orders under the resulting BPAs. Army Sustainment Command ( ASC Rock Island) uses the WAWF-RA Program. The successful offeror must have the ability to comply with DFARS Clause 252.246-7000, Material Inspection and Receiving Report and DFARS 252.232-7003, Electronic Submission of Payment Requests. Offeror must be capable of accepting electronic fund payment for this procurement. The following FAR provisions apply to this procurement: FAR Clause 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. FAR Clause 52.212-2, Evaluation- Commercial Items applies to the acquisition. The evaluation factors for each order will be Price and ability to meet the required delivery date. The BPA holder with the lowest total evaluated price for each CLIN will receive the award. Offeror must include a completed copy of the provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995). FAR Clause 52.222-3, Convict Labor (Jun 2003). FAR Clause 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR Clause 52.222-26, Equal Opportunity (Mar 2007) FAR Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR Clause 52.222-50, Combating Trafficking in Persons (Aug 2007) FAR Clause 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) DFARS Clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (10 U.S.C. 2227) DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002), (10 U.S.C. 2631) ADDENDUM FAR 52.246-6 Inspection- Time and Material and Labor Hour (May 2001) FAR Clause 52.232-4501 US Army Sustainment Command Implementation of Wide Area Workflow (Oct 2007) FAR Clause 52.204-9 Personal identity verification of contractor personnel (SEP/2007) FAR Clause 52.245-9 Use and charges (JUN/2007) DFARs Clause 252.217-7003 Changes (DEC/1991) DFARs Clause 252.217-7004 Job orders and compensation (May/2006) DFARs Clause 252.217-7005 Inspection and manner of doing work (JAN/1997) DFARs Clause 252.217-7006 Title (DEC/1991) DFARs Clause 252.217-7007 Payments (DEC/1991) DFARs Clause 252.217-7008 Bonds (DEC/1991) DFARs Clause 252.217-7009 Default (Dec/1991) DFARs Clause 252.217-7010 Performance (DEC/1991) DFARs Clause 252.217-7011 Access to Vessel (DEC/1991) DFARs Clause 252.217-7012 Liability and insurance (AUG/2003) DFARs Clause 252.217-7013 Guarantees (DEC/1991) DFARs Clause 252.217-7014 Discharge of liens (DEC/1991) DFARs Clause 252.217-7015 Safety and Health (DEC/1991) DFARs Clause 252.217-7016 Plant Protection (DEC/1991) DFARs Clause 252.222-7002 Compliance with local labor laws (OVERSEAS) (JUN/1997) DFARs Clause 252.225-7041 Correspondence in English JUN/1997) Responses are due no later than 1:00pm Central Time, 27 August 2008. Responses should be submitted ONLY by email to Ms. Melissa Burant at Melissa.burant@us.army.mil. Clearly identify the company CAGE code and company point of contact (email and phone number) on your submittal. Offerors MUST submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with offers. Government POC is Ms. Melissa Burant, AMSAS-ACF-S, 309-782-3748.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79206591697010c0a4cc538fa50e44d7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01646917-W 20080823/080821221331-79206591697010c0a4cc538fa50e44d7 (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.