Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

V -- Barge Transport

Notice Date
8/20/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101818Q951
 
Response Due
9/3/2008
 
Archive Date
8/20/2009
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service, Portland, Oregon, has a requirement from the Julia Butler Hansen National Wildlife Refuge, P.O. Box 566, Cathlamet, Washington, 98612 for the transportation of supplies, equipment and livestock to and from Tenasillahe Island, Oregon. Vendor must be within a reasonable boating distance, have the capabilities to transport a refuge-owned barge and have adequate insurance coverage in case of an accident or other mishap. The contractor must provide to the refuge, accurate and complete records for all boating operations. All bids should be based on a cost per hour basis. Scope of Work: 2. SCOPE: 2.1 The contractor will provide a tug boat to transport the Julia Butler Hansen Refuge-owned barge (100x30ft) between the Washington mainland at Steamboat Slough, the Tenasillahe Island docking facility at Clifton, and the Oregon mainland near Brownsmead. Items to be moved on the barge include refuge equipment and supplies between Steamboat Slough and Tenasillahe Island and cooperator livestock, equipment and supplies between Brownsmead and Tenasillahe Island. Transport to additional areas in the lower Columbia River estuary may be required. In addition, the tug contractor must also be able to transport and provide diesel fuel (1000 gallon minimum capacity) and pump the fuel to into tanks located just inside the dike (approximately 150 feet) on the Tenasillahe Island Unit when requested by the refuge. 2.2 Other requirements for the operation are as follows: A shallow-draft tug with a maximum 5 foot draft, boat length no longer than 50', capable of pushing a 100-ton barge. Must be able to provide 1- 2 additional deckhands to assist with removal and reinstallation of cattle panels and to raise and lower barge ramp. Please note that the cattle panels are extremely heavy and may weigh in excess of 80 lbs each. The Tug boat should have the ability to work in varying tide levels with both incoming and outgoing tidal situations. Tug crew is required to wash down barge decking once the cattle relocation portion of the work is completed. Tug contractor must be willing to sign up for and have current status in the Central Contractor Registration Database (CCR) prior to the work being accomplished. 3. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: 3.1 The US Fish and Wildlife Service, Julia Butler Hansen National Wildlife Refuge, P.O. Box 566, Cathlamet, Washington, 98612 and designated locations in the lower Columbia River Estuary. 3.2 Base Year: September 15, 2008 through September 14, 20093.2 Option Period One: September 15, 2009 through September 14, 20103.3 Option Period Two: September 15, 2010 through September 14, 20113.4 Option Period Three: September 15, 2011 through September 14, 20123.5 Option Period Four: September 15, 2012 through September 14, 2013 There will be an estimated 2-3 separate barging operations per year. 4.EVALUATION AND ACCEPTANCE: 4.1 All barge transportation will be approved by the refuge manager at least a minimum of seven days in advance to the trip. 4.2 The Contractor shall take special care to protect government property during execution of the work. In the event of an accident, the Contractor shall returned areas damaged as a result of work under this contract to their original condition to include painting, refinishing, or replacement if necessary. 5.GOVERNMENT FURNISHED EQUIPMENT: 5.1 The Government will supply a 100 x 30 foot transportation barge, livestock fencing and loading facilities for this project. 6.MATERIAL: Not Applicable 7.AVAILABILITY: 7.1 Tug operator should be able to provide services with a minimum 7 days notice. 7.2 Normal duty hours are Monday thru Friday from 8:00am - 4:30pm. 7.3 Non-duty hours include week nights, weekends, and Government holidays (New Years Day, Memorial Day, President's day, Fourth of July, Thanksgiving, Columbus Day, Christmas). 7.3 Emergency/Miscellaneous maintenance functions may be required to be scheduled during non-duty hours due to the nature of the work or specific scheduling requirements. Emergency work is required when immediate action to correct or prevent loss or damage of Government property, or to eliminate hazards to personnel or equipment. 8. QUALITY CONTROL (QC):See clauses for inspection and acceptance for commercial services 9. QUALITY ASSURANCE (QA):See clauses for inspection and acceptance for commercial services. One Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded for one base and four option years. There is no minimum guarantee under this requirement. When contract services are required, a firm fixed price task order will be negotiated based upon the fixed contract hourly rate and total number of estimated hours determined necessary to complete required services. When the government requires services covered by this contract in amount of less than $2,500, the Government is not obligated, nor is the contractor obligated to furnish required services. Contractor will not be obligated to honor any order for a single item in excess of $100,000.00. Task orders may be issued may warranted personnel at the Regional Office or Willapa NWR Complex up to their specified warrant level. This will be a "best value" procurement with award based on technical approach, past performance/organization, personnel qualifications and experience and price. Evaluations factors as a whole are more important than price; however, between proposals that are evaluated as equal, price to the Government will be a major selection factor. Solicitation number: 101818Q951 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". The solicitation response date will be approximately September 3, 2008. No further notice will be posted on Fedbizopps. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". The technical point of contact is Joel David. Technical questions may be directed to Joel David at (360) 795-3915. Contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052. Solicitation is set-aside for small businesses. Small business size is less than 500 employees. Applicable NAICS code is 483211.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=446cac1570b70da9b52b41cf90dfec87&tab=core&_cview=1)
 
Record
SN01645967-W 20080822/080820221834-8f39c972edb17077fa6953b79d7a04d1 (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.