Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

93 -- LIFEBOAT COVERS - FABRICATE AND INSTALL - Package #1

Notice Date
8/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA94Q20130030
 
Point of Contact
Patricia L. Etridge, Phone: (415) 744-2586
 
E-Mail Address
patricia.etridge@dot.gov
(patricia.etridge@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
ATT2 SOW LIFEBOAT COVERS ATT1 SF1449-QUOTE SHEET LIFEBOAT COVERS COMBINED SYNOPSIS/SOLICITATION 1 GENERAL DESCRIPTION/REQUIREMENTS: The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for the fabrication and installation of Lifeboat Covers for the Training Ship the Golden Bear. T his 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; quotes are requested. The Solicitation DTMA-94-Q-2013-0030 is issued as a request for quote (RFQ) which closes Friday, 9/13/2013 at 2PM PT. The required delivery date is December 20, 2013. The North American Industry Classification System (NAICS) code is 314910, TEXTILE BAG AND CANVAS MILLS. The size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2005-67 July 22, 2013. The proposed contract will be performed while the vessel is located at Vallejo, California, at the foot of 200 Maritime Academy Drive. 2 INSTRUCTIONS TO OFFERORS Request for Quotation response to this solicitation is due Friday, 9/13/2013 at 2:00 p.m. local time, San Francisco, CA. Email offers to patricia.etridge@dot.gov Please reference the solicitation number on your quote. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. 3 DELIVERY: All items must be delivered not later than December 20, 2013. 4 PERIOD OF ACCEPTANCE OF OFFERORS: The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. 5 LATE OFFERS: Request for Quotations of quotes received by patricia.etridge@dot.gov after the exact time specified for receipt of offers MAY NOT be considered. 6 EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the vendor whose price is judged to represent the best value to the government. 7 TERMS AND CONDITIONS: The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be view in full text via the internet at: http://www.acquisition.gov/far/index.html FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs FAR 52.228-5 Insurance-Work on a Government Installation. Insurance-Work on a Government Installation (Jan 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) FAR 28.307-2 Liability. (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305 (c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. 8 SITE VISIT/SHIP CHECK A ship check is scheduled for Monday, 9/9/2013 at 10 AM pier-side on board the vessel located in Vallejo, CA. Interested parties please contact Patricia Etridge, Contracting Officer via email at patricia.etridge@dot.gov. 9 REPS AND CERTS The FAR requires that quoters provide Reps & Certs at least annually via ORCA. Reference FAR 52.212-03 for further instructions. The link to ORCA is http://orca.bpn.gov.5 QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration. 10 DEPT OF LABOR WAGE DETERMINATION - SOLANO COUNTY CA WD 05-2069 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013 is included in the statement of work. 11 list of attachments a. ATT1 SF1449-QUOTE SHEET LIFEBOAT COVERS b. ATT2 SOW LIFEBOAT COVERS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20130030/listing.html)
 
Place of Performance
Address: 200 Maritime Academy Drive, VALLEJO, California, 94590, United States
Zip Code: 94590
 
Record
SN03155273-W 20130822/130820235626-d804e6de771065a6c34cd8c424727ed7 (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.