Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOLICITATION NOTICE

C -- TSGB DESIGN CHILLER - RFQ

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
DTMA94Q20130035
 
Point of Contact
Patricia L. Etridge, , Debbie K. Velmere,
 
E-Mail Address
patricia.etridge@dot.gov, debbie.velmere@dot.gov
(patricia.etridge@dot.gov, debbie.velmere@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATT2 SOW TSGB DESIGN CHILLER dated 082813 ATT1 SF1449 TSGB DESIGN CHILLER COMBINED SYNOPSIS/SOLICITATION TSGB DESIGN FOR CHILLER 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 DESIGN FOR CHILLER ON THE T. S. GOLDEN BEAR per the attached solicitation. 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-2013-0035 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 541330, Engineering Services-Marine Engineering and Naval Architecture. 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 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. 4 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. 5 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. 6 TERMS AND CONDITIONS: The following Federal Acquisition Regulation (FAR); Transportation Acquisition Manual (TAM), and Maritime Administration (Marad) provisions and clauses apply to this solicitation and are incorporated by reference. This solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. 52.252-2 Clauses Incorporated by Reference - This solicitation 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 address: http://www.acquisition.gov/far/index.html Applicable U.S. Maritime Administration Provisions and Clauses (MCL.) as referenced below can be found at: https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration (now SAM @ https://www. sam.gov/ ) All prospective awardees must be registered at www.sam.gov prior to receiving an award ; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commerical 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://www.osdbu.dot.gov/Related/ORCA.cfm) 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 521112-5(b) and (c), the following Items apply to the solicitation: 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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) 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-2 Buy American Act Certificate 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Over 25K) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-73 Seat Belt Use Policies and Programs 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (SAM) FAR 52.211-08 TIME OF DELIVERY- REQUIRED DELIVERY SCHEDULE The performance period is estimated to be 45 days from Notice To Proceed. far 52.216-01 Type Of Contract This is a FIRM FIXED PRICE contract. far 52.233-02 Service Of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) Patricia L. Etridge by obtaining written and dated acknowledgment of receipt from Patricia.etridge@dot.gov. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 7 TERMS AND CONDITIONS: special contract requirements https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm#_Toc284070184 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 vendors 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 VENDORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER. Vendors 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 APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is California - Solano County - WD 05-2069 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013. Complete copy at http://www.wdol.gov/wdol/scafiles/std/05-2069.txt ? ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | Wage Determination No.: 2005-2069 Diane C. Koplewski Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: California Area: California Counties of Napa, Solano, Sonoma ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** 11 list of attachments ATT1 - SF1449 TSGB DESIGN CHILLER ATT2 - SOW TSGB DESIGN CHILLER dated 082813
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20130035 /listing.html)
 
Place of Performance
Address: 200 MARITIME ACADEMY DRIVE, VALLEJO, California, 94590, United States
Zip Code: 94590
 
Record
SN03166302-W 20130830/130829000425-b6f3f5d1e4640d17293cc4d9dee16185 (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.