Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
MODIFICATION

19 -- Provide Tug Service and Line Handler Service to move vessels within the Beaumont Reserve Fleet

Notice Date
10/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA-93-Q-2013-0001
 
Archive Date
10/26/2012
 
Point of Contact
Aline Smith, Phone: 5045896585
 
E-Mail Address
aline.smith@dot.gov
(aline.smith@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA-93-Q-2013-0001. This requirement is unrestricted and the NAICS code is 488330. The Department of Transportation (DOT) Maritime Administration (MARAD) Beaumont Reserve Fleet (BRF) intends to procure services to provide Tug Service and Line Handler Services to move vessels within the Beaumont Reserve Fleet. There will be two moves and all work will be accomplished on a Saturday. Each move will require moving two vessels nested together. •1. GENERAL SPECIFICATIONS: •1. One (1) day prior to arrival to the Beaumont Reserve Fleet the contractor shall meet the Tug Master, Dennis Rambin, ( contact number 409-722-3433) to establish security, emergency and communications protocol. Additionally they shall review the vessel movement operations. •2. Normal hours of operations are 0800 to 1600. •2. ITEM LOCATION/ DESCRIPTION: Location Beaumont Texas on the Neches River between channel markers #40 and #42 •3. GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: MATERIALS: Fleet Diagram •4. STATEMENT OF WORK: •1. Move 1, Diamond State and Equality State •4.1.1 The contractor shall provide 2 Tugs and 15 Line Handlers to move the vessels Diamond State and Equality State from its current berth on row 3F as a nest at the Beaumont Reserve Fleet to row 3E with the Port side of Diamond State moored to the Port side of the Cape Mendocino approx. 500 Feet. (See attached Fleet Diagram) •2. Move 2 Cape John and Sirius •4.2.1 The contractor shall provide 2 Tugs and 15 Line Handlers to move the vessel Cape John and Sirius from its current berth on row 3F as a nest at the Beaumont Reserve Fleet to row 3E with the Port side of Cape John moored to the Port side of the Equality State approx. 500 Feet. (See attached Fleet Diagram) •3. The tentative schedule is as following: •4.3.1 Move 1: Saturday, October 13, 2012, at 0800 hours CDT. •4.3.2 Move 2: Saturday, October 20, 2012, at 0800 hours CDT. •4. The Vessels shall remain facing the same direction as they are currently facing when moved to its new location. (see fleet diagram) The Vessels will remain together as a nest when moved to its new location. •5. The contractor shall have the Line Handlers on site to perform the work at 0630 hours on the dates of each of the scheduled moves. •6. The contractor shall have Tugs on site to perform work at the Beaumont Reserve Fleet at 0700 on the day of the scheduled work. •5. PERFORMANCE CRITERIA/DELIVERABLES: •1. Notify the Fleet Representative by condition report of any conditions which may impact the completion of the work scope. •6. CLAUSES/TERMS: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012); 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (AUG 2012), Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference:); 52.219-6 Notice of Total Small Business Set-Aside (NOV11); 52,223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving ( Aug 2011 ); 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Quote, 3) Prompt payment terms, 4) Delivery schedule, 5) Taxpayer ID number, and 6) Duns# and Cage Code. Responses to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to aline.smith@dot.gov, phone 504-589-6585 or fax to 504-589-6593 no later than 11 November 2012 by 11:00 a.m. local time. Reference: DTMA-93-Q-2013-­­0001 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN SAM (System for Award Management) AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.SAM.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-93-Q-2013-0001/listing.html)
 
Place of Performance
Address: Beaumont Reserve Fleet, 2600 Amoco Road, Beaumont, Texas, 77705, United States
Zip Code: 77705
 
Record
SN02909954-W 20121007/121005234536-176bb1c9e478ef9eb4f9e0518ed6e33a (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.