Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

V -- Blanket Purchase Agreement for Towing Services for Suisun Bay Reserve Fleet (SBRF) in Benicia CA.

Notice Date
5/13/2010
 
Notice Type
Presolicitation
 
Contracting Office
DOT/Maritime Administration, DPO Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA410001
 
Response Due
5/21/2010
 
Archive Date
5/13/2011
 
Point of Contact
Kathryn Rato Contracting Officer 4157442580 kathryn.rato@dot.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
N/A
 
Description
1. Blanket Purchase Agreement: A blanket purchase agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply. Reference FAR 13.303. Maritime Administration, Division of Pacific Operations, will be providing BPAs to responsible businesses interested in receiving future towing requirement of Suisun Bay Reserve Fleet, Benicia, CA. Request for Quote (RFQ) or future specific work requirements will be also be posted requesting competitive pricing on FedBizOPs, https://www.fbo.gov/ as MARAD identifies the need. Those firms missing this initial BPA set up will have the chance to establish the BPA before responding to these specific work requirements. 2. The period of performance for this BPA is two years, approximately 5/21/2010 through 05/20/2012. The period of performance for the RFQ Performance Work Statement will be issued within RFQ. 3. BPA Purchase Limitation - Individual "Call" limit is $100,000.00. The BPA limit is $500,000.00. There are no minimums quantities. 4. NAICS is 488330 Navigational Services to Shipping. Small Business size standard is $7M. SIC is V125 Vessel Towing. Product and Service Code is 4492 Towing and Tugboat Services. 5. Services may be set-aside to small businesses. Set-aside determination will be announced through the Request for Quotes (RFQ) each time a MARAD work requirement is identified. FAR 52.219-14, Limitations on Subcontracting will be applicable if set-aside to small businesses. This clause requires, for a services contract, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 6. Vendor must maintain registration at ccr.gov and ocra.gov. 7. General Performance Work Statement: Provide services for moving ships at Suisun Bay Reserve Fleet (SBRF). SBRF is located in General Anchorage #26, Suisun Bay. This potential work may be required to support ship departures, to rearrange ships within the anchorage for safety and security of mooring, and/or to deliver SBRF service craft (barges, tug, crane barge) and/or vessels to and from repair facilities. The following scenarios may be expected to be encountered for the life of the contract:1.Moving a ship from one end of a row to the other end of the same row.2.Moving a ship from the end of one row to the end of another row.3.Moving a ship from the end of one row to within another row after a ship departure, where the row remains open (split).4.Pulling and holding a row open (split) while nested ship(s) are being cast off for departure.5.Pushing and holding a row closed while nested ships are being secured after arrival.6.Moving a ship to and from a local repair facility in the San Francisco Bay Area.7.Moving a fleet service craft to and from a local repair facility in the San Francisco Bay Area.The contractor shall provide tugs, pilots, persons-in-charge (PIC), and riding crews required to accomplish each ship move. Each ship move is to be considered on a case-by-case basis. A statement of work will be provided by the Government describing the ship move to be accomplished. The contractor shall determine the number and type of tugs, pilots, PIC and riding crew required after a site inspection. SBRF will provide the following for each ship move as required:"Ship's particulars (length, breadth, depth draft, and tonnage)."Current SBRF mooring diagram."Disconnecting shore power from ship being moved."Heave up and stow anchors and chain."Shaft and rudder locks."Stowing/installing brows between ships."Positioning of mooring fenders."Retrieval of any interfering high voltage underwater shore power cable from shore to row."Line handlers aboard the receiving ships on the row."Transportation for personnel from pier to ship rows and return."Portable toilet aboard ship being moved, if deemed necessary. 8. Contact Kathryn Rato through email at kathryn.rato@dot.gov or Debra Velmere at debbie.velmere@dot.gov if you are interested in receiving a BPA. 9. Include the BPA number DTMA4A10000 in the email subject line. Please provide within the email request the following:a. your company DUNS b. your company TAX ID c. a statement on whether or not you will accept credit card as payment method. d. a statement on services your company provides to include at a minimum the number and types of tugs owned by your company e, location of your tugs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA410001/listing.html)
 
Place of Performance
Address: San Francisco Bay AreaPrimary Location2595 Lake Herman RoadBenicia CA
Zip Code: 945101045
 
Record
SN02148191-W 20100515/100513234643-b69136fb44ae8624dae4ba4d150f05b8 (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.