Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

X -- MOORAGE SERVICE FOR TWO (2) NOAA VESSEL

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WRAD-8-47670
 
Archive Date
9/25/2008
 
Point of Contact
Melvin N. Fondue, Phone: (206) 526-6043
 
E-Mail Address
melvin.n.fondue@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined sysnopsis / solicitation for NOAA, Marine Engineering Division located in Seattle, WA for winter moorage services for two 9@) NOAA vessels, for the period of November 1, 2008 to March 31, 2009. Services to be provided: 1. BACKGROUND - As a result of fire damage to the piers at the Marine Operations Center- Pacific, 1801 Fairview Ave East Seattle, Wash 98102, The NOAA vessels home ported in Seattle (not to exceed 235ft in length each, with a maximum draft of 20ft) require an alternate moorage facility for the period from November I, 2008 to March 1, 2009. (4 months). During this period, moorage of two NOAA vessels such as Miller Freeman and Rainier shall be required. During the moorage period, vessel repairs by private contractors shall be accomplished under separate NOAA acquisitions. This acquisition is for moorage only. 2. REQUIREMENTS - Respondents to this acquisition shall provide NOAA moorage for the entire performance period for up to two vessels. Offerors shall submit invoices for moorage on a monthly basis. A. Power and Water - Respondents shall assume in submitting quotations for this acquisition that power and water shall be separately and directly billed to the vessels. The moorage facility shall have power and water available and ready for use by the ships as of November 01, 2008. B. Sewer and Steam - Will be provided by the Government by portable boiler(s) and portable shore side holding tanks at the Government's expense. The Government shall arrange for these services separately. C. Security - Respondents shall assume that NOAA shall provide security at the ship's brow controlling access to the vessels. Respondents shall identify in their offer any additional security they provide at their facility. D. Parking - The facility offered shall have sufficient parking to accommodate 40 Personnel, 20 per ship plus contractor parking for repair contractors and visiting OAA employees for a total of fifty (50) spaces. E. Special Requirements - The facility offered shall have significant outdoor lay down and pier side work areas for contractor tools, equipment and bulk storage as well as space for portable boiler(s) and sewage holding tanks. There shall be roughly minimum of one thousand (1000) square feet per ship. 3. FORESEEABLE COSTS - Submitted quotations will be assessed foreseeable costs. Foreseeable costs are the costs incurred by the Government that are related to the location of the Contractor's moorage/repair facility. These costs may be applicable to all submitted quotations. The assessment of foreseeable costs will be conducted by adding the additional costs incurred by the Government due to mooring vessels outside the local commuting area of the ships' homeport. For purposes of this procurement, the ships' homeport will be assumed to be 180I Fairview Ave. East, Seattle, Washington, otherwise known as the NOAA Marine Operations Center Pacific. (Please Note: Foreseeable Costs will be applied to bids for bid evaluation purposes only and use of this exercise does not constitute additional payment to the contractor.) A. Costs Assessed For Crew Complement 1. Travel Crew Travel cost is included when the contractor's facility is more than fifty (50) miles from the Marine Operations Center Pacific. Crew travel cost will be calculated on the basis of the rental of one (I) fifteen (15) passenger van per ship for transporting crew members to the ship located outside of the Seattle commuting area for the entire moorage period. Additionally, for the ship's Officers, mileage for travel will be applied for two (2) additional transits per day per ship for the moorage period. The mileage rate will be that in use by federal travel regulations and is currently 48.5 cents per mile. 2. Lodging and Subsistence For purposes of computing lodging, it is assumed that the vessel will not be habitable for thirty (30) calendar days of the moorage period. Only during this time will lodging be required for fifteen (15) vessel personnel who are required on site during the ship moorage period. For purposes of computing subsistence, it is assumed the galley will be closed for thirty (30) days during the performance period. Only during this time will subsistence be required for fifteen (15) vessel personnel who are required during the ship moorage period. Crew lodging and subsistence cost calculation: costs will be calculated upon opening of individual contractor quotations and will be based on the most recent union agreement applicable to NOAA shipboard wage marine personnel but may be adjusted upward if no comparable lodging rates are available in the geographic location of the moorage facility. However, adjusted rates shall not, in any case, exceed the current Government per diem rates established for the location of the moorage facility. B. Costs Assessed for Necessary Marine Center Support Personnel Support costs described below will be assessed to the offeror's quotations for offers outside the commuting area of the Marine Operations Center Pacific for civilian employees required on site during the moorage period. A Contracting Officer's Technical Representative (COTR) and NOAA electronics technicians (ET's) will be required on site during the entire moorage period as vessel repairs will be ongoing during the moorage period. Foreseeable costs are required when the contractor's facility is fifty (50) miles or more from the Marine Operations Center Pacific. 1. Travel Travel costs will be calculated for one (l) COTR per ship for the moorage period, and two (2) electronics technicians/engineers per ship. Automobile costs will be calculated upon receipt of individual bids and will be based upon current Government rates. The means of transportation will be by automobile. Costs will be calculated on the basis of two (2) rental vehicles per ship for the entire moorage period. 2. Lodging and Subsistence Lodging and subsistence will be calculated for two (2) electronics technicians (ET's) per ship and one (1) COTR per ship for the moorage period. COTR and ET cost calculation: lodging and subsistence costs will be calculated upon opening of individual bids and will be assessed on the basis of three (3) Federal employees per vessel for the entire moorage period. Federal travel per diem rates established for the location of the moorage facility and in effect at the time of award will be used to determine these foreseeable costs. Interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to 206-526-6025 or email (melvin.n.fondue@noaa.gov). This is a simplified acquisition with an estimated value of less than $100,000. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) **** The Westren Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registey (CCR) as of October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http//www.ccr.gov. In order to register with CCR and be eligible to receive an award from this Acquisition Office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquried free of charge by contacting Dun & Bradstreet on line at www.dnb/eupdate of by phone at (800) 333-0505
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c76b024fba883e428042cd388fc65ba&tab=core&_cview=1)
 
Place of Performance
Address: Washington, Seattleq, Washington, 98102, United States
Zip Code: 98102
 
Record
SN01654855-W 20080830/080828223805-7c76b024fba883e428042cd388fc65ba (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.