Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2011 FBO #3611
SOLICITATION NOTICE

V -- Steelhead Barge Tow

Notice Date
10/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483113 — Coastal and Great Lakes Freight Transportation
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-12-0004
 
Point of Contact
Kim B Toland, Phone: 907-772-5804
 
E-Mail Address
kimtoland@fs.fed.us
(kimtoland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
1. 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; proposals are being requested and a written solicitation will not be issued. 2. The solicitation designation is AG-0116-S-12-0004 Steelhead Barge Tow, and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. This is a small business set-aside with an associated NAICS code of 483113 and small business size standard of 500 employees. 5. Schedule of Items: Pay Item Description Price 1 Move Steelhead Barge from Coffman Cove to Ketchikan $______________ 2 Move Steelhead Barge from Ketchikan to Naukati. Move floats from Brimstone Bay to Naukati $__________________ Total Price $________________________ Prices Submitted By: Phone: Vendor Name: Fax: Address: Email: DUNS#: TIN#: 6. SCOPE a. This contract is for towing services for the following: b. Tow Steelhead Barge from the IFA Dock in Coffman Cove to Thomas Basin Dock in Ketchikan including all moorage to secure barge in Ketchikan c. Tow Steelhead Barge from Ketchikan to Naukati Bay, Prince of Wales Island, Alaska (55.87252 N latitude, 133.21994 W. longitude). Pick up three floats from Brimstone Bay (55.79630 N. latitude, 131.57179 W. longitude) on North Revilla Island and deliver to Naukati Bay. 7. SCHEDULE a. Vendor shall schedule the project as soon as any break in the weather sufficient to allow for controlled towing from Coffman Cove to Ketchikan. Barge shall be secured in the given locations by the date shown below i. Coffman Cove to Ketchikan - October 31, 2011 or as soon as possible, but before November 20, 2011 ii. Ketchikan to Naukati Bay, Prince of Wales Island, Alaska - March 31, 2011 8. SPECIAL CONDITIONS a. Ability to hoist and set anchors from the bottom of the bay is required. b. No insurance is required for the barge; Forest Service will assume liability. 9. DESCRIPTION OF BARGE, FLOATS, AND MOORAGE EQUIPMENT a. The Steelhead Barge is 32 ft x 85 ft. with a two story building atop the deck. b. Floats are 20 ft x 24 ft each with wood decks and HDPE pipe float system 10. MOORAGE IN COFFMAN COVE Detach the Steelhead from the IFA Dock in Coffman Cove. Secure all stored items on deck and inside the house. All anchor cables are to be wound onto the barge anchor winches. 11. MOORAGE IN KETCHIKAN Upon arrival, contractor shall secure barge to the designated moorage site as directed by FS and harbor personnel. Moorage lines aboard the Steelhead may be used, but in any case, the barge shall be secured properly to the dock as per common local practice and as approved by the CO and Ketchikan Harbor Master. Position the end of the barge with the solar masts to the south as much as practical. 12. FLOAT MOORAGE IN BRIMSTONE BAY a. Brimstone Bay is a small bight in Neets Bay in west Behm Canal north of Ketchikan. B. The three floats are secured in Brimstone bay on anchors ranging in size from 250 to 1,500 pounds. Contractor shall retrieve all anchors, shore lines, and moorage lines and neatly secure them for transport to Naukati Bay. 13. MOORAGE IN NAUKATI BAY Contractor shall moor the Steelhead in Naukati Bay through the use of shore tie and anchors provided by the government on the barge and/or floats. Moor within 500 feet of shore access. The government will provide moorage oversight on board during this operation. 14. Contractor shall submit a moorage plan overlaid on an aerial photo showing: a. Moorage plan for the Steelhead and three floats b. Layout of the three floats relative to the Steelhead c. Location and size of each anchor d. The end of the barge with the solar masts to the south as much as practical. e. Traffic patterns for float planes to arrive, dock on the floats, and depart. f. Moorage for 2 skiffs up to 20 feet in length g. Water depth h. Location of Naukati Dock 15. The provision "52.212-1 Instructions to Offerors-Commercial Items" applies to this acquisition supplemented that your offer must include: a. Priced Schedule of Items. b. Completed Experience and Capability Questionnaire (attached) or clearly written resume with the same information. At a minimum this submittal should address Evaluation Criteria list below. c. Completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items", you can obtain this provision at: https://www.acquisition.gov/far/index.html 16. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: a. Evaluation Criteria, combined non-price evaluation factors are more important than price. The evaluation intent is to select the best value for the government to perform this work. Source selection authority will use lowest price technically acceptable selection methodology. Evaluation factors are: i. Capacity to perform work ii. Experience in performing similar work iii. Past performance iv. Price 17. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtain from this website: https://www.acquisition.gov/far/index.html 18. FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. 19. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (Jan 2011). The following clauses are selected as applicable to the acquisition. a. (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). c. (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). d. (20) 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). e. (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). f. (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). g. (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). h. (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). i. (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). j. (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). k. (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). l. (37) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). m. (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). n. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). o. 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.). 20. The date and place offers are due is October 24, 2011. Quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. 21. Send questions for more information to Kim Toland at email kimtoland@fs.fed.us, (907)772-5804.   REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT By direction of the Secretary of Labor Shirley F. Ebbesen Director Division of Wage Determinations U.S. DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210 Wage Determination No.: 2010-0147 Revision No.: 1 Date of Last Revision: 11/15/2010 NATIONWIDE: This wage determination applies to the United States East, Gulf and West Coasts Licensed Marine Engineers - See Wage Determination 2010-0116 Masters and Mates Employees - See Wage Determination 2010-0148 ________________________________________ **Fringe Benefits Required Follow the Occupational Listing** Employed on contract for operation and maiantenance of deep sea vessels in the above locality (based on Union Dominance (Seafarers International Union): UNLICENSED EMPLOYEES: OCCUPATION CODE - TITLE FOOTNOTE RATE 47010 - Boatswains Freight 148.48 Daily Tanker 153.01 Daily 47020 - Chief Cook/Steward Chief Cook - Freight 116.73 Daily Steward/Baker - Freight 148.48 Daily Steward Assistant - Freight 77.54 Daily Chief Cook - Tanker 120.33 Daily Steward/Baker - Tanker 153.01 Daily Steward Assistant - Tanker 76.80 Daily 47050 - Electrician 158.87 Daily 47060 - Engine Utilityman QMED (Unlicensed Junior Engineers) - Freight 148.48 Daily QMED (Unlicensed Junior Engineers) - Tanker 153.01 Daily General Utility Deck/Engine - Freight 92.88 Daily General Utility Deck/Engine - Tanker 91.99 Daily 47090 - Oiler/Diesel Oiler Oiler - Freight 99.98 Daily Oiler - Tanker 100.19 Daily 47401 - Seaman Ab Dayworker - Freight 111.66 Daily Ab Dayworker - Tanker 113.84 Daily Able Seaman - Freight 99.98 Daily Able Seaman - Tanker 100.19 Daily Ordinary Seaman - Freight 78.15 Daily Ordinary Seaman - Tanker 79.44 Daily 47801 - Wiper 91.99 Daily ___________________________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: 1/ Health and welfare, pension, and training contribution of $74.60 per day per man. 2/ Paid Vacation: Employer contribution of 58 percent of base pay per may per day. 3/ 10 Paid holidays per year: New Year's Day, Martin Luther King, Jr.'s Birthday, Presidents; Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day and Christmas Day. Any day that is a recognized Holiday for the longshoremen in continental U.S. ports shall also be a recognized Holiday for the crew while in that particular port. 4/ Training and Hiring Fund: $18.00 per man per day. 5/ Money Purchase Pension Contribution: Five (5%) of base wage per man per day. 6/ Penalty Rate: The rates specified below shall be paid for following work. (a) Penalty cargoes, longshore work, restriction to ship, removing soot from the stack; cleaning bilges and oil spills, tank cleaning, Steering Engine Room and Bow Truster Room. When the Unlicensed personnel is required to work explosives at any time, they shall be paid for such work in addition to their regular monthly wages at the rate of ten dollars ($10.00) per hour unless a higher rate is specified. 7/ OFF WATCH: Monday through Friday Group I $31.49; Group II $21.89, Group III $17.37. 8/ ON WATCH: Saturdays, Sundays and Holidays Group I $20.11; Group II $16.13, Group III $14.35. ----------------------------------------------------------------------------------------------------------------------- GENERAL NOTE I. In determining the class of vessel, horsepower shall be taken from the Record of the American Bureau of Shipping and admeasurement of tonnage as determined by the U.S. Coast Guard, Marine Inspection, Admeasurement Section. Power tonnage is the sum of the gross tons figure added to the horsepower figure. Classification of Vessels CLASS SINGLE SCREW POWER TONNAGE A-4 70,001 AND OVER A-3 45,001 TO 70,000 A-2 35,001 TO 45,000 A-1 25,001 TO 35,000 A 17,001 TO 25,000 B 12,001 TO 17,000 C 7,501 TO 12,000 D 5,001 TO 7,500 E TWIN SCREW LESS THAN 5,001 A-4 51,000 AND OVER A-3 35,001 TO 51,000 A-2 28,001 TO 35,000 A-1 20,001 TO 28,000 A 15,001 TO 20,000 B 9,001 TO 15,000 C 5,501 TO 9,000 D 3,501 TO 5,500 E LESS THAN 3,501 II. Terms utilized in this wage determination not otherwise defined herein shall have meanings and definitions as utilized in the U.S. Coast Guard Regulations and Policy issued pursuant to Title 46 USC and as published by the U.S. Coast Guard in the following publications and others: 1. 46 CFR Parts 1, 10, 15, 26, 35, 157, 175, 185, 186, and 187 as published in the U.S. Federal Register. 2. U.S. Coast Guard Commandant Instruction COMDTINST MI6000.3, Marine Safety Manual, Volume III-Marine Industry Personnel. III. The term "service employee" does not include any employee who qualifies as an executive, administrative, or professional employee as those terms are identified in Regulations, Part 541, issued under the Fair Standards Act. (See CFR, Part 541.) IV. Subsistence and Quarters: Subsistence and quarters of equivalent value thereof may not be credited toward the provision of minimum wages and fringe benefits required herein. V. This wage determination applies to United States East, West, and Gulf Coasts. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-12-0004/listing.html)
 
Place of Performance
Address: Coffman Cove is located on the east side of Prince of Wales Island. Coffman Cove is 56 miles from Thorne Bay, and access is primarily by floatplane or vehicle. It takes about 1-3/4 hrs to drive to the community from Thorne Bay. Naukati is about 45 miles from Thorne Bay. Access is by float plane, water, and vehicle which takes about 1-1/2 hrs to drive to the site from Thorne Bay. All locations are in Southeast Alaska., Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN02605871-W 20111014/111012234244-799a3865fc91a0973847752d8d4f64dc (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.