Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

V -- Provide Towing Service from Pascagoula, MS to Key West, FL - SPECIFICATION

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483113 — Coastal and Great Lakes Freight Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-10-Q-PHMTY3
 
Archive Date
8/12/2011
 
Point of Contact
Lori L. Ellis, Phone: 757 628 4646, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@uscg.mil
(Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule B SPECIFICATION 04AUG10/REV-O 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. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number HSCG80-10-Q-PHMTY3 is issued as a Request for Quotation (RFQ). HSCG80-10-Q-PHMTY3 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The Small Business Size Standard for NAICS 483113 size standard-500 employees. This requirement is for a firm-fixed price contract. The anticipated award date is on or about August13, 2010. The government intends to award from this solicitation to the responsible vendor whose quote conforming to the solicitation provides the best value. The Period of Performance is THREE (3) calendar days beginning 18 AUGUST 2010 through 20 AUGUST 2010. WORK ITEM 1: Towing Service to Contractor's Facility, Provide 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to prepare the vessel for transit under tow, and to provide towing services from and to the locations listed below. Location Table: FROM: TO: USCG Station Pascagoula, MS 100 Singing River Island Pascagoula, MS 39567 USCG Sector Key West 100 Trumbo Pt. Rd. Key West, FL 33040 1.2 Government-furnished property. MTI ITEM DESCRIPTION HULL NUMBER QTY ESTIMATED COST ($/UNIT) Y USCGC KNIGHT ISLAND (WPB 1348) 1 ea. $18,000,000 2. APPLICABLE DOCUMENTS Coast Guard Commandant Instruction Manual, COMDTINST M16672.2D, U.S. Coast Guard, Navigation Rules, International/Inland (NavRules CG169), (72 COLREGS), Mar 25, 1999 3. REQUIREMENTS 3.1 General. The Contractor shall perform all towing services in accordance with the requirements herein and NavRules CG169. The Contractor shall permit inspection by a Coast Guard inspector during all work performed herein. 3.2 Sailing Plan. The contractor shall provide a sailing plan from locations provided in table(s) 1.1 to the COTR 5 days prior to the sailing date for review by the Coast Guard contracting officer (KO). Submit a Condition Found Report (CFR). 3.3 Towing services. The Contractor shall provide towing services and a qualified pilot to transport the vessel from its current location to a designated Contractor's facility as indicated in 1.1 Location Table(s). Prior to conducting towing operations, the tow tug and towing equipment shall be inspected by the COTR. The Contractor shall provide at least 3 days advance notice to the Contracting Officer such that a pre-towing inspection can be scheduled. The pre-towing inspections shall meet the requirements as stated herein below. 3.3.1 Towing Plan. The Contractor shall submit a towing plan to the COTR for review and approval with the bid submittal and prior to the scheduled CG inspection. This plan shall include two methods of tow connection. (a) Main Tow Connection and (b) Emergency Tow Connection which shall include all details such as connection points, and size of lines. 3.3.2 Towing. Upon approval of Towing Plan, the tow tug shall arrive and depart the vessel's current location during daylight hours. A continuous watch on tow connections shall be completed and grease shall be applied to applicable chocks. The towing shall be accomplished in a safe and prudent manner and shall be conducted only in good weather. The Contractor shall obtain a "fair weather report" 24 hours before departure for a period of at least 48 hours after departure over the intended route. Winds shall be 25 knots or less for transit. Submit a CFR. 3.3.2.1 The Contractor shall use appropriate light and sound signals in accordance with the International Navigation Rules. 3.3.3 Equipment. The Contractor shall be responsible for supplying rigging and unrigging of all equipment. 3.3.4 Vessel requirements. The Contractor shall shut and wire all overboard suction and discharges not required for transit to prevent inadvertent opening. All piping systems shall be completely checked, such that no open sections prior to departure. 3.3.5 Restoration. Upon completion of all towing services the Contractor shall restore the Coast Guard vessel (any disturbed areas) back to original condition and configuration. Submit a CFR. 4. NOTES 4.1 General. It shall be noted that no CG personnel will be aboard the vessel during the tow. The vessel will be dead ship during the tow with limited liquid load. 4.2 General. It shall also be noted that the CG reserves the right to allow for up to 5 CG members to ride on the contractors towing vessel during the entire duration of the tow. The contractor shall ensure that space is available on-board the contractors towing vessel for up to 5 CG members. Refer questions to Lori Ellis, Contract Specialist at (757) 628-4646 or Lori.L.Ellis@uscg.mil. Quotes must arrive no later than 11:00 a.m. (Eastern Time) AUGUST 12, 2010. Quotations may be sent via the US Postal Service or hand delivered to: Surface Forces Logistics Center C&P1-CPD-PBPL, Attn: Lori Ellis, 300 E. Main Street, Suite 600, Norfolk, VA 23510. E-mailed and Faxed quotations will be accepted and are subject to the same rules as paper quotations. The telephone number for receiving facsimiles is (757) 628-4628. CONTRACT CLAUSES (1) FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov/far. (2) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. (3) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. (4) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) (5) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) applies to this acquisition (7) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) applies to this acquisition. The following FAR Clauses are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). FAR 52.204-10 Reporting Executive compensation and First -tier Subcontractor Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a - 10d). FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553) FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). The provisions of paragraphs d and e are applicable to this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-PHMTY3/listing.html)
 
Place of Performance
Address: USCG STATION PASCAGOULA, MS, 100 SINGING RIVER ISLAND, PASCAGOULA, Mississippi, 39567, United States
Zip Code: 39567
 
Record
SN02234231-W 20100811/100809235637-8a35e060a3302ca0c364ea6f40e68f2e (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.