Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

V -- Tow Steelhead Barge and Chickamin Barge

Notice Date
4/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-10-0043
 
Archive Date
5/6/2010
 
Point of Contact
A Kay Steffey, Phone: 907-747-4273
 
E-Mail Address
ksteffey@fs.fed.us
(ksteffey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12.6, 13.106 and 15.3, as supplemented with additional information included in this notice. This solicitation is set aside exclusively for small business concerns. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number AG-0116-S-10-0043 is issued as a request for quote. The North American Industry Classification Code (NAICS) is 488390 and the Small Business Size Standard is $7 million. The details of this announcement are listed in the Contract Line Items below. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-39. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to provide a written and electronic response to be received no later than 3:00pm, April 21, 2010 addressed to A Kay Steffey, Contract Officer, USDA Forest Service, 204 Siginaka Way, Sitka, Alaska 99835 ksteffey@fs.fed.us Contractors must submit a complete response. Responses that are not substantially complete will be returned. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required Vessel Towing Services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. CLIN 001 Tow the Steelhead Barge from Brimstone Bay (a small bight in Neets Bay, west Behm Canal) to Thorne Bay marina. No insurance is required for the barge. Forest Service will assume liability. Barge is 32 ft x 85 ft. Assist in disconnecting anchors and shore lines, and securing floats at current location. Leave anchors in place. The 4 anchors range in size from 500 lbs to 1500 lbs with associated chain and the 3 floats are 20 ft x 24 ft each. The four shore lines consist of cable and rope with 250 lb anchor midway to shore on each. The shore lines and anchors are to be retrieved and stored in the barge hold. Upon arrival in Thorne Bay marina, the barge will be secured to the designated dock as directed by FS and harbor personnel. Vendor shall schedule the project as soon as any break in the weather sufficient to allow for controlled towing from Brimstone Bay to Thorne Bay. Barge shall be secured at the dock by May 18, 2010. Lumpsum price as described above ____________________________ CLIN 002 Tow the Chickamin Barge from Brimstone Bay (a small bight in Neets Bay, west Behm Canal) to Coffman Cove IFA dock, AK. No insurance is required for the barge. Forest Service will assume liability. Barge is 32 ft x 85 ft. Assist in disconnecting anchors and shore lines, and securing floats at current location. Leave anchors in place. The 4 anchors range in size from 500 lbs to 1500 lbs with associated chain and the 3 floats are 20 ft x 24 ft each. The four shore lines consist of cable and rope with 250 lb anchor midway to shore on each. The shore lines and anchors are to be retrieved and stored in the barge hold. Upon arrival in Coffman Cove, the barge will be secured to the IFA ferry dock as directed by FS and harbor personnel. Vendor shall schedule the project as soon as any break in the weather sufficient to allow for controlled towing from Brimstone Bay to Coffman Cove. Barge shall be secured at the dock by May 18, 2010. Lumpsum price as described above ____________________________ CLIN 003 Tow the Steelhead Barge from Thorne Bay marina to Brimstone Bay (a small bight in Neets Bay, west Behm Canal). No insurance is required for the barge. Forest Service will assume liability. Barge is 32 ft x 85 ft. Assist in reconnecting anchors and shore lines, and securing floats. The 4 anchors range in size from 500 lbs to 1500 lbs with associated chain and the 3 floats are 20 ft x 24 ft each. The four shore lines consist of cable and rope with 250 lb anchor midway to shore on each. Vendor shall schedule the project as soon as any break in the weather sufficient to allow for controlled towing from Thorne Bay to Brimstone Bay. The barge will be available for tow from Thorne Bay after September 30, 2010. Lumpsum price as described above ____________________________ CLIN 004 Tow the Chickamin Barge, anchor gear and floats from Coffman Cove IFA dock to Brimstone Bay, a small bight in Neets Bay, west Behm Canal. No insurance is required for the barge. Forest Service will assume liability. Barge is 32 ft x 85 ft. Assist in reconnecting anchors and shore lines, and securing floats. The 4 anchors range in size from 500 lbs to 1500 lbs with associated chain and the 3 floats are 20 ft x 24 ft each. The four shore lines consist of cable and rope with 250 lb anchor midway to shore on each. Vendor shall schedule the project as soon as any break in the weather sufficient to allow for controlled towing from Coffman Cove to Brimstone Bay. The barge will be available for tow from Thorne Bay after September 30, 2010. Lumpsum price as described above ____________________________ Alaska Native or Indian-Owned Business (APRIL 2002) (a) General. This provision is used to assess the level of procurement opportunities made available to Alaska Native or Indian-Owned Businesses in Region 10 of the USDA, Forest Service. Status as an Alaska Native or Indian-Owned Business is collected for general statistical purposes. (b) Definitions. As used in this provision— Indian" means a person who is a member of an Indian tribe. "Indian organization" means the governing body of any Indian tribe or entity established or recognized by the governing body of an Indian tribe for the purposes of 25 U.S.C., chapter 17. "Indian-owned economic enterprise" means any Indian-owned (as determined by the Secretary of the Interior) commercial, industrial, or business activity established or organized for the purpose of profit, provided that Indian ownership constitutes not less than 51 percent of the enterprise. "Indian tribe" means any Indian tribe, band, nation, or other organized group or community, which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians." “ANCSA Corporation” means any Alaska Native village, urban, or regional corporation as defined in or established pursuant to the Alaska Native Claims Settlement Act. (c) Representation. The Offeror represents itself, as part of this offer, that it is an: (1) ___ Indian or Alaska Native (2) ___ Indian or Alaska Native Organization (3) ___ Indian-Owned or Alaska Native-Owned Economic Enterprise (4) ___ Indian or Alaska Native Tribe (5) ___ ANCSA Corporation Worker’s Compensation Laws Alaska state law requires that most employers have worker’s compensation insurance for their employees. The Forest Service furnishes contract award information to the Alaska Department of Labor. Failure to comply with the state worker’s compensation laws can be a felony offense in Alaska. For the definitions of “employer” “employee”, and “subcontractor”, rates of compensation, and other information contact: Alaska Department of Labor Worker’s Compensation Divisions P.O. Box 25512 Juneau AK 99802-5512 Telephone : (907) 465-2790 (no collect calls); (907) 465-2797 (fax)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-10-0043/listing.html)
 
Place of Performance
Address: Thorne Bay, Thorne Bay, Alaska, 99919, United States
Zip Code: 99919
 
Record
SN02113332-W 20100408/100406234527-69966402ca368fc70f6ad8164c015f62 (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.