SOLICITATION NOTICE
20 -- PITCH PROPELLER - Installation sketches/OEM Drawings
- Notice Date
- 1/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), U.S. Merchant Marine Academy (Procurement), MMA-5206, Division of Procurement, Kings Point, New York, 11024-1699
- ZIP Code
- 11024-1699
- Solicitation Number
- DTMA95Q140002
- Archive Date
- 2/8/2014
- Point of Contact
- CARMEN I. FELIZ, Phone: 5167266149, JEANNIE GLIENNA, Phone: 5167266183
- E-Mail Address
-
FELIZC@USMMA.EDU, GLIENNAJ@USMMA.EDU
(FELIZC@USMMA.EDU, GLIENNAJ@USMMA.EDU)
- Small Business Set-Aside
- N/A
- Description
- Installation sketches with exact dimensions to include OEM drawings for CPP and shafting constructions drawings. Statement of work Installation of the Controllable Pitch Propeller and Shaft at Fulton hall Description: This work shall consist of but not limited to providing all labor, materials, tools and equipment to remove all existing lab equipment that may interfere with the installation of the CPP and install the new CPP based upon the attached Memorandum Dated 28 Feb. 2013 with attachments: 1. Installation Sketches with Approximate Dimensions 2. OEM Drawings for CPP and Shafting Construction. •2. PERFORMANCE TIME: Work is to be completed within 21 calendar days after NTP is approved, the work shall take place during normal duty hours from 0730 to 1630, and weekdays Monday through Friday unless approval is granted by the Contracting Officer. •3. CONTRACTOR RESPONSIBILITIES: Verify exact location of the area to have the CPP installed, prepare area as necessary for installation, install equipment in accordance to attached Scope and ashore all debris shall be removed from the areas to be worked on. Contractor shall maintain a normal safe work area. Any damage to existing facilities or appurtenances shall be repaired, in kind, by the contractor at no additional cost to the government. No vehicles shall be driven on the sidewalks or grass areas. •4. COORDINATION OF WORK: Provide a Work Schedule showing areas to be worked in, dates of work, and estimated timeline for completion of the project. Submit schedule to the Contracting Officer (CO) for approval and coordination. Coordination proposed schedule 7 days in advance of work to be accomplished with the Project Manager. Work is to be performed to the satisfaction of the CO. •5. PRINCIPLE FEATURES: The work to be accomplished consists of but not limited to the following principal items. The contractor is instructed to include all such items of work as part of his / her proposal of work to be performed. GENERAL The contractor shall field existing conditions prior to any construction activities All work performed is to conform to the latest editions of all applicable codes and standards.The contractor is required to obtain all permits and licenses necessary to complete construction and testing if applicable The contractor will coordinate any disruption in service for construction or testing with the COTR at least three (3) days in advance. The contractor is required to make all possible efforts to minimize the impact to the daily routines of the Academy and reduce the time service will be affected The work area is to be cleaned on a daily basis along with any debris to an approved landfill as part of this contract in contractor provided containers / trucks / trailers. T he contractor shall submit all material submittals and specifications for COTR'S approval prior to installation if applicable. PROJECT REQUIREMENTS Contractor shall provide all selected materials, equipment and tools necessary to perform the work The COTR shall be notified immediately of any problems during this project. CLOSE OUT / TESTING REQUIREMENTS Provide warranty for any defective materials and improper workmanship to be signed by Contractor REQUIREMENT: 0001 CLIN INSTALLATION OF THE CONTROLLABLE PITCH PROPELLER AND SHAFT AT FULTON HALL 1 JOB $_________________________________________ CLAUSES: 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: Federal Acquisition Regulations (52) https://www.acquisition.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically acceptable offer. Delivery, technical capability of the item offered to meet the Government requirement, and past performance will be evaluated to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. INVOICE SUBMISSION INSTRUCTIONS - The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be address to MARADInvoices@faa.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 the following address. Multiple copies are not required. MARAD A/P Invoices P.O. Box 25710 Oklahoma City, OK 73125 BASIS FOR AWARD A. A single Fixed Price Award will be made to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically accetable offer. Delivery, technical capability of the item offered to meet the Government requirement, and past performance will be evaluated to determine technical acceptability. B. The provision at 52.212-3 Offeror Representations and Certifications-Commercial items, applies to this solicitation. A copy of the provision may be attained from https://www.acquisition.gov/far/. Each offeror shall included a completed copy of the provision at 52.212-3 (NOV 2006) or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://www.sam.gov. C. To be awarded this contract, the offeror must have an active and current registration in SAM. SAM information may be found at: https://www.sam.gov. D. All responsible business sources may submit a response which, if timely received, will be considered by the agency. E. Signed quotes must be received NO LATER THAN Friday, January 24, 2014 at 9:00 P.M. EST. F. Quotes with unit and extended pricing may be electronically submitted via email to Carmen I. Feliz at felizc@usmma.edu, hand delivered or mailed (U.S. Mail, commercial express mail) to: U.S. Merchant Marine Academy Attention: Carmen I. Feliz (DTMA-95-Q-2014-0016) Procurement Department Furuseth Building - Room 212 300 Steamboat Road Kings Point, NY 11024-1699
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/USMMA/ DTMA95Q140002/listing.html)
- Place of Performance
- Address: U.S. Merchant Marine Academy (USMMA), 300 Steamboat Road, Kings Point, NY 11024-1699, Fulton Hall, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN03267247-W 20140116/140114234258-5bda0c5567f25ace101a0412d2a231de (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 |