Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2009 FBO #2959
SOLICITATION NOTICE

19 -- Purchase of 20' x 40' sectional barge, North Cascades NPS Complex

Notice Date
12/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9475095222
 
Response Due
1/25/2010
 
Archive Date
12/29/2010
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_Welch@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. This action is set-aside for small businesses, NAICS 332312, Fabricated Structural Metal Manufacturing, with a small business size standard of 500 employees. Note that non-manufacturer small businesses must offer the product of a small business to qualify for the set-aside. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror or offerors whose total offer is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this solicitation. BACKGROUND: The sectional barge will be used in conjunction with the Stehekin Erosion Control Program on Lake Chelan at the north end of the lake, within the Lake Chelan National Recreation Area. The barge's main function will be to transport building materials, including but not limited to rock, gravel, sand, conventional building materials, tools and supplies, and large woody debris washing out into Lake Chelan from the Stehekin River, using a knuckleboom crane mounted on the barge deck and fitted with hydraulic butt grapples to load and unload. The barge will be moored outside and exposed year-round to the elements. The barge will not be self- powered and will require a vessel, not included in this procurement package, to move it from location to location. Offeror shall provide that each section of barge be fitted with an industry-standard rake as barge will be beached along the shoreline at regular intervals during normal usage (see below). Upon request, NPS will provide photographs of similar barge and crane that we own and operate on Ross Lake for reference purposes (send an e-mail to sarah_welch@nps.gov; note that prices paid for those items are irrelevant to the current solicitation due to the elapsed time on prior purchase and will not be disclosed). Maps and information about the park are at www.nps.gov/lach. REQUIREMENTS: ITEM 1, BARGE - Due to budget constraints, NPS prefers offers of reconditioned or used sectional barges which conform to the specifications below, although new barges will be considered. Offered products shall meet our minimum performance specifications to be considered. You may suggest and price additional features as options; for example, including fixtures for towing, mooring, and anchoring is acceptable. However, offers for barges that exceed the maximum dimensions stated in the solicitation (20' W x 50' L, including rakes) will not be considered.(1) Barge (comprised of two equally-sized sections pinned together) with industry-standard rakes to address the conditions and requirements identified herein. The desired configuration is for a square (box) stern and sloped (raked) bow for the full width of each section. If the rake is a separate item to be attached to the barge sections, rather than part of the overall design and fabrication, then the attachment system should follow that described in specification (3), below. It is preferred that the system holding barge sections together and the system holding rakes to sections should be the same. Rake surface should match the surface of the barge sections in condition and elevation. (2) Overall barge measurement shall not exceed 50' in length including rakes and width between 16' and 20' (no wider than 20', with 20' preferred). Assembled barge dimensions will be 20'x50'x4'-5'unless otherwise approved and accepted. (3) It is preferred that oval access hatches to below-deck barge cavities be installed, preferably located around the perimeter of the barge sections centered at approximately 20" from edges.(4) The barge shall be designed to haul loads of 40-50 net tons @ 65% submergence. (5) The barge shall be designed to remain stable and seaworthy in high winds, and on seas of up to 5 ft. (6) The barge shall have a draft of 10"-12" light draft and 36"-40" maximum draft. (7) The barge, new or used, shall be sandblasted and painted with appropriate marine-rated, industry standard undercoat and finish coat, a marine grey preferable, including a non-skid deck coating, prior to delivery. (8) The hull of the barge shall be constructed of 1/4" steel, minimum. Aluminum is not preferred even if it meets our load capacity specs. The nature of the rocky shoreline where we moor makes aluminum a less favorable option.(9) The barge shall have a continuous extruded rubber rub rail (4.5"w x 3.75"h) on port, starboard and stern centered at 10" below the top of deck surface. (10) The barge shall have 12" tie-down cleats installed port and starboard, bow and stern (centered on 10" from edge and 3' from bow and stern) on the assembled barge and two intermediary cleats, evenly spaced, between the bow and stern cleats on both port and starboard sides. All cleats shall be through-bolted with " to " stiffener plates. (11) Barge sections shall be pinned together with full-length pins and fully secured prior to launch. A vertical " minimum pin assembly through welded tubing and/or locking channels on the barge sections at approximately every 5' is one acceptable method. Other pinning options will be considered upon submittal. (12) The deck of the barge shall be reinforced with a design approved by a marine architect to accommodate the installation of the Hiab H111.33 knuckleboom crane (see Item 2). NPS prefers a crane mount location approximately 6'-10' back from the bow and to the starboard side of the center seam, as close to the seam as possible, between the barge sections. This request is subject to marine engineer approval. ITEM 2, INSTALL CRANE ON BARGEThe barge vendor shall provide basic plans with offer, subject to review by NPS, for installation of knuckleboom crane on the deck. After award, barge vendor shall provide an engineer-stamped drawing for exact deck reinforcement and installation. After engineered plans are approved by NPS, install crane on reinforced barge deck. Note that installation shall be by persons experienced in this type of work. The crane has been purchased by NPS and is staged in Ohio. NPS will arrange and pay for the transport of the crane to the barge vendor or mutually-agreed-upon subcontractor-installer. NPS will have the crane appurtenances (reels, hoses, hydraulic controls, grapples, power pack, etc.) delivered separately to NPS, and NPS will install these items after acceptance of barge. Crane details: It is a Hiab H111-3.3 (aka Hiab XS 111 B-3 CLX) knuckleboom crane with "L"-type marine base, rated to lift 2,000 lbs. at 32' distance. Weight is 2870 lbs (not including oil and hose reel); height (folded) is 85"; width (folded) is 90". Detailed specifications can be viewed at http://www.hiab.us/default.asp?productGroupId=13974&productId=25302&docId=21508&tab=downloads ITEM 3, DELIVERY AND ASSEMBLYBarge vendor shall deliver, assemble, and launch sectional barge, with crane installed, on Lake Chelan at Old Mill Park, Manson, WA. Delivery shall occur within 60 days of contract award. Note earliest possible delivery timeframe (e.g. 30 days after award) in your offer. FOB point is Destination. Lake Chelan is a reservoir whose elevation varies with the seasons. Current lake level can be monitored at http://www.chelanpud.org/lake-chelan-lake-levels.cfm. Old Mill Park is a public boat launch administered by Chelan County, located approximately eight miles north of Chelan on the southeast shore of Lake Chelan. Vendor shall be responsible for assessing suitability of this delivery site. The launch site includes three slips with cement ramps going down into the lake. The center slip is the widest (24') and is defined by floating sidewalk-sized cement docks on either side anchored by pilings spaced approximately 6-8' apart; vendor should launch in this 24'-wide slip. The length of the docks exceeds 50', and is likely close to 80'. On the outside edge of a neighboring slip, there is a log boom with pilings spaced along its length, which is overall 75' - 100'. The launch site also has an ample, flat parking area for assembly of barge. Upon assembly, launch is in a straight line within 100' of assembly area. Vendor may choose to assemble barge on land or in the water. Photos are available at http://mansonparks.com/references.html. Additional photos can be e-mailed upon request (send an e-mail to sarah_welch@nps.gov). Driving directions are at http://www.chelanpud.org/driving-directions-to-old-mill-park.html. NPS will have a vessel present at the launch site, but neither vessel nor NPS personnel will assist with the launch. Vendor's responsibilities will be considered complete when assembled barge is moored dockside at launch site. Within 30 days after award, vendor shall provide detailed delivery plans, including launch plan, length of trucks, and list of additional equipment to be used unloading barge and crane. Due to tourist and boat traffic, we prefer delivery to occur on a Tuesday, Wednesday, or Thursday. Vendor shall do everything possible to minimize impact on public facility from trucks and equipment. Notify Jeff Weyand at least two weeks prior to expected delivery date (360/854-7274 or jeffrey_a_weyand@nps.gov). INSPECTION, ACCEPTANCE, AND PAYMENTNPS will inspect the barge at delivery site both prior to and after launch. Acceptance of items will be in writing from the Contracting Officer after successful launch. Payment will be by electronic funds transfer to the bank account identified in the vendor's CCR record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. PRICE SCHEDULESubmit offer for all items, as described above, noting any discounts or special pricing. Item 1: Barge, 1 each, lump sum. Item 2: Installation of crane on barge, lump sum. Item 3: Delivery and assembly of barge at Manson WA, lump sum. EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria, listed in descending order of importance. Technical and past performance factors, when combined, are less important than price. NPS will select the offer(s) that represent the best overall value to the government. Refer to FAR clause 52.212-2.1)PRICE.2)TECHNICAL: How well the product matches the stated requirements and the condition of the item, if used or reconditioned. 3)PAST PERFORMANCE: Past performance records of the offering vendor and subcontractor(s) (if applicable), including capable, efficient, effective; and performance conformed to contract specs (quality); reasonable, cooperative, and committed to customer satisfaction (business relations). INSTRUCTIONS TO OFFERORS (see also FAR clause 52.212-1)The deadline for receipt of quotes is January 25, 2010 at 4:30 pm. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for Q9475095222). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of an offer, the offeror must:1.Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); 2.Have filed the required reports for veterans employment (http://vets100.com), if the value of the contract will exceed $100,000; and3.Have completed the online submission of annual representations and certifications (ORCA) (https://orca.bpn.gov/). OFFER CONTENTSOffers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum:1)Completed price schedule;2)Prompt payment and warranty terms; 3)Contractor remittance address and DUNS number;4)Name, phone number, e-mail, and mailing address of your point of contact; 5)A statement that CCR and ORCA are complete and current; 6)Signature of official authorized to bind your organization; and7)The proposal submittals identified below. For your offer to be fairly evaluated, include the following submittals with your offer:1)Manufacturer's cut sheet and/or plans/drawings of offered barge, including suggested generic framing for supporting crane. 2)Previous history of barge, if used or reconditioned. Include manufacturer, age, previous owner(s) contact info, and representative photos.3)List of optional features, with description and price for each.4)Approximate timeframe for accomplishing awarded items.5)Name and address of shop where crane installation will occur; and references for installing subcontractor, if applicable.6)Details of any offered warranty.7)Basic launch plan, to include brief description of delivery, assembly, and launch methods. This basic plan will be used in evaluating offers; successful offeror will provide more detailed plan as described in Delivery section. 8)References for offering vendor.9)SF1449 or offer as detailed above. Submit two (2) complete offers to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Note that FedEx does not deliver to this address; use UPS or postal service. E-mailed and faxed offers will not be accepted. CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below. These clauses can be viewed at http://www.arnet.gov/far. 1)FAR 52.212-1, Instructions to Offerors - Commercial Items; 2)FAR 52.212-2, Evaluation - Commercial Items; 3)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 4)FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 8, 18, 19, 20, 21, 22, 23, 24, 25, 26, 31, 33, 38; and paragraph (e) clauses incorporated as applicable.6)FAR 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9475095222/listing.html)
 
Place of Performance
Address: Deliver to Manson WA
Zip Code: 98816
 
Record
SN02032192-W 20091231/091229234100-80d87378118a86ee4466167290893bbf (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.