Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

19 -- TS EMPIRE STATE STEEL RENEWAL - TS EMPIRE STATE FY12 STEEL RENEWAL SOW

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA-92-Q-2012-0006
 
Archive Date
1/25/2012
 
Point of Contact
Eileen M. Williams, Phone: 7573225824, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
eileen.williams@dot.gov, melinda.simmons-healy@dot.gov
(eileen.williams@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TSES FY12 STEEL RENEWAL Quote Sheet TSES FY12 STEEL RENEWAL SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. NAICS code 336611 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a purchase order for T.S. EMPIRE STATE for the following services: Steel Renewal services to crop and renew wasted steel in way of tanks on the Starboard (Stbd) side of the shaft alley, in the engine room on the port side of the operating level, and in the overhead of the aft end of the Officer's Mess. Period of Performance for the above service is within 5 days of award (after receipt of insurance certificate), or sooner, through February 29, 2012. STATEMENT OF WORK: See Attachment 1, Statement of Work. Vessel Location: TS EMPIRE STATE SUNY Maritime College 6 Pennyfield Ave Bronx NY 10465-4127 The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference 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 their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 52.212-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.225 ‐ 3, Buy American Act ‐‐ Free Trade Agreements ‐‐ Israeli Trade Act (Over 25K) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.223-18 Contractor Policy to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $50,000.00) MCL.H-3 Indemnity and Insurance MCL.H.4 Indemnity and Insurance (Additional) (All limits up to $5,000,000.00 are revised to $1,000,000.00 for this solicitation) MCL.H-6 Standards of Employee Conduct MCL.H-10 Supplemental Growth Requirements MCL.H-11 Disposition of Removed Equipment and Scrap MCL.H-12 Maritime Liens, No Authority to Incur MCL.L-2 Agency Protests APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2376.txt. ( rev.11dtd 6-13-2011 SHIP CHECK - SITE VISIT A pre-quote conference and site visit will be conducted onboard the TS EMPIRE STATE at 10:00 a.m. ET, located at its layberth located at SUNY Maritime College, 6 Pennyfield Ave. Bronx Ny 10465-4127. WHEN: TUESDAY, JANUARY 4, 2012, 10:00 a.m. EST POC: Mr. Louis Martucci, Contracting Officer's Technical Representative, phone 757 ‐ 286-4837; email: louis.martucci@dot.gov, or Ms. Eileen M. Williams, Contracting Officer, phone 757 ‐ 322 ‐ 5824; eileen.williams@dot.gov. This is the ONLY site visit that will be conducted. Quoters are encouraged to attend as failure to attend does not relieve the quoter of accuracy of their proposal and the quoter's responsibility that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost. In order to make the visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site should be submitted in writing (email) to the Contracting Officer by 2:00 p.m., JAN 6, 2012. Responses determined to be necessary will be issued by amendment to the solicitation package. EVALUATION OF QUOTES - (FAR 52.212-2) and BASIS OF AWARD : a. The Government will award a Firm Fixed Price Purchase Order resulting from this solicitation to the responsible quoter whose quote 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 and all are of equal importance: (1) Price (Total Price for CLINS 0001 through 0004), (2) Technical Capability (submit info below) and (3) Past Performance (submit info below). Note: If the contractor receives an unacceptable rating in any one factor, they will be considered overall "unacceptable". Only those quoters with an acceptable rating for non-cost factors (i.e. Technical Capability) and a rating of acceptable or neutral rating for Past Performance will be considered further for award on initial offers. Unacceptable quotes cannot be accepted unless discussions are held and quoters are afforded the opportunity to submit revised proposals. Once non-cost factor ratings have been established, award will be made to the lowest price quoter. Award will be made on the basis of "Lowest Priced Technically Acceptable Offeror"; therefore, the lowest price quoter who is found acceptable in Technical Capability and a rating of acceptable or neutral for Past Performance and has the lowest total price will be selected for award. Note: Failure to furnish a complete package may render your quote unacceptable. Non-Cost Factor: Technical Capability : Each offer shall include in their submission: •1) Proposed sub-contractors exceeding 10K aggregate price limit •2) Provide Production Chart indicating controlling trades and significant milestones to complete this work. •3) Provide verification of Company approved American Bureau of Shipping (ABS) welding procedures and certificates of welder certifications. •4) Address any concerns for Contractor provided material concerns, to include, but not limited to availability of ABS approved steel for this work. •5) Submit Safety and environmental standards compliance Acceptable: Technical Capability: The company has demonstrated an understanding of the services described in the RFP. The company's level of understanding of the work to be performed is thorough and comprehensive. Probability of successful contract performance is good. Unacceptable: Technical Capability: The technical proposal has failed to demonstrate a satisfactory level of understanding of th e requirement or capability in one or more areas of the technical proposal. The company lacks a basic understanding of work to be performed under the contract. This low level of understanding or capa bility would cause significant concern that there would be a high risk associated with the company's performance. Technical capability will be determined solely on the content and merit of the information submitted in response to this combination synopsis/solicitation. Therefore, it is incumbent on the quoter to provide sufficient technical documentation in order for the Government to make an adequate technical assessment of the quoter's documentation. The quoter must meet or exceed all the specifications listed in the Statement of Work. Responsible sources shall provide the following: •1. Price quote which identifies the requested item(s), quantity, unit price, and extended price (see Quote Sheet, Attachment 2) •2. Offer MUST provide three (3) of the most recent references from similar projects. Reference information MUST include POC name, email address, phone contacts, contract numbers, dollar amounts, subject and dates. - 3 Technical Capability Proposal Total price Prompt Payment Terms Remittance address, Tax Identification Number, DUNS number and Cage Code Responses to this solicitation are due JANUARY 10, 2012 at 4:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. All Quotes are to be emailed to Eileen.williams@dot.gov. F axed quotes will be accepted, 757-322-5858. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-160 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2012-0006/listing.html)
 
Place of Performance
Address: SUNY Maritime College, 6 Pennyfield Ave, Bronx, New York, 14065-4127, United States
Zip Code: 14065-4127
 
Record
SN02644181-W 20111224/111222234150-17e33e0a320e6d3a7eacad26d64b388d (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.