SOLICITATION NOTICE
W -- Crane Rental with operator for a project at Fort Massachusetts, Ocean Springs, Mississippi
- Notice Date
- 12/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - HPTC - Historic Preservation Training Center Gambrill House4801-A Urbana Pike Frederick MD 21704
- ZIP Code
- 21704
- Solicitation Number
- N2742100046
- Response Due
- 1/21/2010
- Archive Date
- 12/30/2010
- Point of Contact
- Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2724100046 is issued as a Request for Proposal (RFP) for the Contractor provide a 40 ton crawler or all terrain crane with the capacity to lift, hold and position construction materials. Construction materials will range in weight from 250 pounds to 4,000 pounds with a maximum delivery height of 35 feet for a project at Fort Massachusetts, Ocean Springs, Mississippi. The Fort is located on Ship Island approximately 12 miles south of Biloxi, Mississippi and is part of the gulf coast barrier islands. The Fort is an island and access is by boat or barge. One-way National Park Service ferry transportation is estimated between 45 to 60 minutes to arrive at Fort Massachusetts, departing from the National Park Service boat docks at 3500 Park Drive, Ocean Springs, Mississippi. The Contractor shall be responsible for transport and handling of the crane using a low draft barge at high tide. The crane shall have the capability to navigate around the fort site comprising of rolling sand dunes and loose uneven beach topography. National Park Service work will focus on restoring masonry damage to approximately 175 linear feet of escarpment walls and terreplein at two locations on the fort. Crane operations will involve material handling tasks and precision setting of large coping stones. Repairs will focus on two specific locations on the south and east side of the 25 foot tall masonry wall. The Contractor shall use cribbing to properly distribute and shore the weight and position of the crane for 360 degree operations. The Contractor shall use protective materials to prevent hazardous material discharges or spill on the natural landscape. The Contractor shall comply with the requirements of 1926.550-Subpart N Cranes and Derricks and all other OSHA requirements. The crane and operator are required for a period of not-to-exceed 350 hours for work to be completed between the period February 10, 2010 through May 1, 2010. The Contractor will work the same hours as the National Park Service crew which will be five 10 hour days, Monday through Friday. The Contractor is required to be on-site a minimum of eight hours each day reporting no later than 7:45 a.m. ending at 4:45 p.m. The National Park Service will provide weekly transportation and housing for the operator at no additional cost. The crane will only be moved off-site at the request of the Government. Mobilization fees will only be charged for moves at the Government's request and all other mobilizations by the crane operator for purposes other than for direct operations will be at the cost of the Contractor.. In case of work stoppage or postponement of work, the Government will provide the Contractor with a written Email notification of postponement 16 hours prior to the operators assigned reporting time. This notice may be required due to hazardous weather conditions, change in work schedule or potential equipment failures. The National Park Service will not be charged with the hours of the operator as long as advance notice was properly served. The Contractor shall procure and maintain during the term of the contract any any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The name insured parties under the policy shall be the Contractor and the United States of America. The amounts of insurance shall be not less than as follows: $20,000 each person, $500,000 each occurrence and $200,000 property damage. Each policy shall have a certificate evidencing the insurance company. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. A mandatory Preproposal Conference is scheduled for January 13, 2010 at 9:00 a.m. at the boat dock, 3500 Park Drive, Ocean Springs, Mississippi. The National Park Service will provide round trip transportation to Ship Island for attendees at this meeting at no cost. Please contact Sheila Rushlow at (301) 663-8206, Extension 103 or Email at sheila_rushlow@nps.gov with your intent to attend this meeting no later than January 11, 2010. You will need to provide the firm name, number of attendees and names of individuals attending. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-38. The North American Industry Classification System (NAICS) is 238990. The Solicitation is a total Small Business Set-Aside, Size Standard $14 million average annual receipts. The following are item descriptions and unit costs for pricing purposes: Monthly Rate for Crane Rental based on a total of not-to-exceed 350 Hours at $______________ per hour, Total $______________, Number of Hours Overtime Rate for Crane Operator _________ at $_____________ per hour, Total $_______________, Transportation Costs for Crane $_________________, Fuel Charge $___________________, or other charges as necessary $__________________, Total price for the project $_________________ The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Identify type and size of crane and the ability to transport by barge; (2) Written confirmation of the ability to meet the required delivery date of February 10, 2010; and (3) A brief narrative describing how off loading of crane and transport to the fort will occur without damaging park resources. The evaluation criteria are listed in descending order of importance: Criteria 1, 40 points and Criteria 2 and 3, 30 points each. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Written Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. on January 21, 2010 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Fax and Email Proposal submissions ARE NOT authorized. Registration in Contractor Central Registry www.ccr.gov is required as part of the proposal submission. Proposals shall include the following information: Technical Information: 1) Identify type and size of crane and the ability to transport by barge; (2) Written confirmation of the ability to meet the required delivery date of February 10, 2010; and (3) A brief narrative describing how off loading of crane and transport to the fort will occur without damaging park resources. Business Management Cost Proposal: (1) Item descriptions and unit costs for pricing purposes in accordance with the breakdown identified above. Identify if overtime will be charged as part of the not-to-exceed 350 hours, if so identify the breakdown between regular time and overtime; (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through: http://acquisition.gov/comp/far/index.html, go to GSA Forms Library, Standard Form (SF), scroll down to SF1449, Solicitation/Contract/Order for Commercial Items. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals and confirm registration in Contractor Central Registry and provide a Dunn and Bradstreet Number,. The Government anticipates award of a firm-fixed price contract on or before February 3, 2010. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2742100046/listing.html)
- Place of Performance
- Address: Ocean Srpings, MIssissippi
- Zip Code: 39564
- Zip Code: 39564
- Record
- SN02033384-W 20100101/091230235646-453c99894a57fef81d3d9ba1d5b0d972 (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 |