SPECIAL NOTICE
J -- Blanket Purchase Agreement (BPA) Notice MAPR615520130056 for Facilities Maintenance Services, U.S. Maritime Administration, James River Reserve Fleet, Ft. Eustis, VA - Notice - PDF Format
- Notice Date
- 2/3/2013
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- 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
- MAPR615520130056
- Point of Contact
- Monique R. Leake, Phone: (757) 322-5820
- E-Mail Address
-
monique.leake@dot.gov
(monique.leake@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- JRRF Facilities Maintenance Pricing Sheet Notice - PDF Format with Active Links •1. INTRODUCTION: The U.S. Maritime Administration, Division of Atlantic Operations, intends to issue multiple Blanket Purchase Agreements (BPAs) for procurement of facilities maintenance services at the James River Reserve Fleet (JRRF) located at Ft. Eustis, VA. •2. GENERAL: The anchorage at the James River Reserve Fleet (JRRF) is located approximately 20 miles above the mouth of the river. The shore side facility is located on U.S. Army Fort Eustis, Virginia and requires access to the fort in order to reach the fleet site. There are approximately 20 ships in the fleet anchorage, along with several small harbor craft used to service the fleet at the fleet location. The fleet's hours or operation are 0700-1730, Monday through Thursday. •2.1. The JRRF's safety and environmental policies shall be followed at all times by contractors while they are on the premises. A copy of each policy will be given to the Contractor's team leader at the commencement of the job. Each individual will require a safety and environmental brief at the beginning of the first visit to the fleet. •2.2. James River Reserve Fleet will attempt to identify any area that may contain asbestos, lead paint/heavy metals and ensure those area identified are safe for personnel to perform the task required. The Contractor is responsible for raising any concerns with the COR or designated JRRF staff should previously unidentified hazardous conditions be suspected in the work areas prior to commencing activities in that area. •3. GOVERNMENT FURNISHED EQUIPMENT (GFE) AND SERVICES: James River Reserve Fleet shall provide the following: •· Lay down area for job boxes and gear •· General services such as water, air, electricity and crane support •· Quality Assurance •4. SERVICE REQUIREMENT: •4.1. Structures: The Contractor shall provide qualified building trade personnel to accomplish repairs to structures/buildings located at the JRRF. Repairs to include, but not limited to, repairing or replacing siding, gutters, windows, doors, and floor coverings. Contractor will provide journeymen and helpers to perform building repairs as directed by the COR designated JRRF staff. Repairs will be accomplished in accordance with local building codes and procedures acceptable to the government. The Contractor will provide schedules and estimated parts and material requirements before beginning work. •4.2. Plumbing - Drain Cleaning The Contractor shall provide qualified personnel to accomplish unclogging and cleaning of plugged drains in structures/buildings located at the JRRF as directed by the COR designated JRRF staff. The Contractor will provide all required tools and drain clearing devices as required. The hourly rate is to include all consumables (i.e., miscellaneous pipe fittings, gaskets, seals, sealing compounds, rags, etc.). •5. MAINTENANCE WORKERS TO BE FURNISHED: Interested parties are to quote a fully burdened Standard and Premium Hourly Rate for Standard Occupational Classifications listed applicable for a period of one year. By "fully burdened," the hourly rates shall include all wages, fringe benefits, employer contributed taxes; all overhead, general and administrative indirect costs and profit; t he Contractor will provide all required tools and consumables typically associated with the work. Building materials necessary to perform specific tasks are to be quoted when requested based on specific requirements for a call. Companies who enter into a Blanket Purchase Agreement with the U.S. Maritime Administration will be asked to provide a quote for each year following the initial one year period if the Maritime Administration decides to continue the agreement. The initial year of performance is expected to be March 1, 2013 to February 28, 2014. Hourly Rates: Standard Hourly Rate shall apply to services required between the hours of 0700 - 1530 Monday - Friday excluding Federal Holidays. Premium Hourly Rate shall apply to services required other than when the Standard Hourly Rate applies as defined above. Hourly Rates for purposes of payment commence upon arrival at the James River Reserve Fleet and end upon dismissal from the James River Reserve Fleet property. Standard Occupational Classification Standard Hourly Rate Premium Hourly Rate 23130 - Carpenter, Maintenance 23140 - Carpet Layer 23160 - Electrician, Maintenance 23370 - General Maintenance Worker 23410 - HVAC Mechanic 23580 - Maintenance Trades Helper 23760 - Painter, Maintenance 23790 - Pipefitter, Maintenance 23810 - Plumber, Maintenance •6. SERVICE CONTRACT ACT Wage Determination: [NOTE: New construction is not within the scope of this agreement.] Interested parties are to be aware that calls made under the BPA will be subject to compliance with FAR Clause 52.222-41 Service Contract Act of 1965. Each service employee employed in the performance of this contract by the Contractor or any subcontractor shall be paid not less than the minimum monetary wages and shall be furnished fringe benefits in accordance with the wages and fringe benefits determined by the Secretary of Labor, or authorized representative, as specified in any wage determination attached to this contract. The wage determination applicable to BPA calls is WD 05-2543 (Rev.-14). •7. BUSINESS TYPE: This opportunity is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish BPAs with small businesses. In the event there are not enough responses from responsible, capable small businesses, then large business responses will be considered. •8. INDIVIDUAL AWARDS: Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. A BPA may be issued for a one-year period and renewed annually thereafter that the Government's discretion for up to a total period of 5 years. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. There is no minimum Government obligation. •9. Interested parties are requested to provide their DUNS numbers for verification of inclusion in the System for Award Management ( https://www. sam.gov/ ) which now hosts the Government's Central Contractor Registry. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9.104. Interested parties are encouraged to address the seven standards of responsibility contained in FAR 9.104 and to complete FAR Clause 52.219-1. •10. PAST PERFORMANCE: Past performance will be considered in selecting BPA recipients to the extent that interested parties having relevant adverse past performance evaluations within the past three years will not be awarded a BPA. Interested vendors should provide a minimum of five (5) past performance references. These references should include name of business, address, phone number, point of contact, contract/purchase order number and item description. •11. DELIVERY: Delivery shall be FOB James River Reserve Fleet, Ft. Eustis, VA. All BPA calls/orders shall be issued on a firm fixed price basis. •12. INSURANCE REQUIREMENTS: Firms enter into a BPA with the U.S. Maritime Administration must maintain the following insurance coverages and provide the required certificate as proof the coverage is in place. The requirements are set forth in agency clauses: •12.1. MCL.H-3 Indemnity and Insurance •12.2. MCL.H-4 Indemnity and Insurance (Additional) Both clauses in full text maybe viewed on the following webpage: U.S. Maritime Administration Solicitation Provisions and Clauses Minimum Coverages under MCL.H-4(b) shall be: •· Workmen's Compensation covering all agents, servants, borrowed servants, statutory employees of Contractor for all compensation and other benefits required by applicable state and federal law or by governmental authority on account of injury, death, sickness or disease - Statutory - no minimum. •· Employers Liability - to cover both injury and death resulting from accident, sickness or disease - $1 million bodily injury by accident, each accident - $1 million bodily injury by disease each accident - $1 million bodily injury by disease in the aggregate. •· Comprehensive General Liability to include coverage for (but not limited to) products and completed operations liability, property damage liability and contractual liability - $1 million combined single per occurrence limit for bodily injury and property damage and $1 million in the aggregate. •13. INSTRUCTIONS TO RESPONDENTS: •13.1. Responses or questions concerning this announcement should reference notice number MAPR615520130056 and should be directed to Monique Leake at 757-332-5820 or to: Monique.Leake@dot.gov. •13.2. Companies interested in receiving a BPA shall submit the requested documentation no later than February 26, 2013 to the attention of Monique Leake, Contracting Officer, via email to: Monique.Leake@dot.gov. •13.3. Responses are to include: •13.3.1. Identification of specific marine diesel engine manufacturers for which respondent is able to provide qualified, factory authorized diesel engine mechanics and helpers as discussed in Paragraph 4 above. •13.3.2. A quotation for fully burdened Standard and Premium Hourly Rates for the listed service technicians and helpers during the initial year of the agreement as discussed in Paragraph 5 using the Pricing Sheet provided with this Notice. •13.3.3. To enter into a BPA, companies must be registered in the Government's Central Contractor Registry as discussed in Paragraph 9. Include your active DUNS number under which you are registered. •13.3.4. Provide past performance information as discussed in Paragraph 10.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/MAPR615520130056/listing.html)
- Place of Performance
- Address: James River Reserve Fleet, End of Harrison Road, Ft. Eustis, VA, Newport News, Virginia, 23607, United States
- Zip Code: 23607
- Zip Code: 23607
- Record
- SN02978455-W 20130205/130203233023-4c3cd29ea45c5512bb117d7a8c3ce472 (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 |