Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOLICITATION NOTICE

20 -- 10,000 Hour Service on TS Empire State's Service Diesel Generator Engine - TSES 10K HRS SSDG ENG_SOW_DTMA92Q2012008

Notice Date
12/23/2011
 
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-2012-2008
 
Archive Date
1/27/2012
 
Point of Contact
Eileen M. Williams, Phone: 757-322-5824, 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
N/A
 
Description
TSES 10K HRS SSDG ENG_PRICE QUOTE SHEET_DTMA92Q20120008 TSES 10K HOURS SSDG ENGINE_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. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for T.S. EMPIRE STATE for the following services: Contractor to provide all labor, materials, and services to Perform the 10,000 hour Service on the Ship's Service Diesel Generator (SSDG) Engine, to include exchanging complete cylinder head assemblies and the after intercooler core with factor rebuilt units from a Caterpillar Dealer. Also, Provide the Services of a Caterpillar Dealer Service Engineer/Technician to oversee all work on the engine The estimated period of performance is within 10 days of award through February 14, 2012. STATEMENT OF WORK: See Attachment 1, Statement of Work. Vessel Location: TS EMPIRE STATE SUNY Maritime College 6 Pennyfield Ave Bronx, NY 10465-1427 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: 52.222-3 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 Encouraging 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 $5,000.00) 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 Rev.11dtd 6.13.2011.txt SHIP CHECK - SITE VISIT A pre-quote conference and site visit will be conducted onboard the TS EMPIRE STATE at 10:00 a.m. EST. WHEN: Thursday, January 5, 2012 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 10, 2012. Responses determined to be necessary will be issued by amendment to the solicitation package. Responsible sources shall provide the following: Price quote which identifies the requested item(s), quantity, unit price, and extended price (see Quote Sheet, Attachment 2) Offer must provide three 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. Total price Prompt Payment Terms Remittance address, Tax Identification Number, DUNS number and Cage Code Responses to this solicitation are due January 12, 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. Please reference the solicitation number on your quote. 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 CLIN 0001), (2) Technical Acceptability and (3) Past Performance. 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. DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, interior/exterior equipment, or systems caused by the contractor, as a result of work performed under this contract, shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components, to return the damaged area to its condition before the damage incident. 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-2012-2008/listing.html)
 
Place of Performance
Address: SUNY Maritime College, 6 Pennyfield Ave, Bronx, New York, 10465-1247, United States
Zip Code: 10465-1247
 
Record
SN02645031-W 20111225/111223233614-afb1241227de99fd529a101fddc38ca4 (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.