Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

W -- CRANE AND OPERATOR FOR FT. MCHENRY

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NPS, WASO - WCP ContractingP.O.Box 25287 MS WCPDenverCO80225US
 
ZIP Code
00000
 
Solicitation Number
P14PS00898
 
Response Due
5/13/2014
 
Archive Date
6/12/2014
 
Point of Contact
MICHAEL CLARKE
 
E-Mail Address
michael_clarke@nps.gov
(michael_clarke@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P14PS00898 is issued as a Request for Proposal (RFP) for the Contractor provide a crane with the capacity to lift, hold and position stones weighing up to 6,000 pounds. Fort McHenry National Monument and Historic Shrine, Baltimore, Maryland, is a historic star fort structure that was constructed in the early 19th century and became famous as the site where Francis Scott Key wrote the Star Spangled Banner during the war of 1812. National Park Service work will focus on removing and resetting coping stones on Bastion #1 at Fort McHenry. Crane operations shall involve removal and precision setting of large coping stones. Work will focus on the north and west side of Bastion #1. The north side is approximately 80 long, and the west side is approximately 45 long. The crane shall have the capability to navigate along two sides of Bastion #1. Coping stone weights will range from 3,000 lbs. to 6,000 lbs. There are approximately 20 coping stones to be removed and reset. The crane shall be required to work around scaffolding set up along the bastion. Multiple crane moves within the work area shall be required to complete the work. The Contractor shall have a secondary container response plan, carry absorbents and have a spill kit on-site. There are archeologically sensitive areas and utilities that may impinge upon access to and operations at Bastion #1. These areas will be clearly marked by the NPS. The Contractor shall provide protective matting to insure these areas remain undamaged. An access route from the paved road to the work area will be designated by NPS and protective matting shall be supplied by the Contractor to prevent damage to the route. The crane shall be required to move over curb and sidewalk accessing the site; The Contractor shall take protective measures to prevent damage to these features. Protective matting shall also be required for movement of the crane along the two sides of the bastion to minimize damage to the terrain. The Contractor shall comply with the requirements of 1926.550-Subpart N Cranes and Derricks and all other OSHA requirements. The crane and operator are required for a period of not-to-exceed 160 hours. The work shall be completed between June 2, 2014 and July 26, 2014. The Contractor shall work the following schedule: Monday through Thursday from 7:30AM to 4:00PM. It is the Contractors choice as to whether the crane remains on-site for the duration of the project. Mobilization fees shall only be charged for moves at the Governments request and all other mobilizations by the crane operator for purposes other than for contract operations will be at the cost of the Contractor. In case of work stoppage or postponement of work, the Government will provide the Contractor with a written Email notification of postponement 8 hours prior to the operators assigned reporting time. This notice may be required due to hazardous weather conditions, change in work schedule, or potential equipment failures. The National Park Service shall not be charged with the hours of the operator as long as advance notice was properly served. The Contractor shall procure and maintain during the term of the contract any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of insurance shall be not less than as follows: $20,000 each person, $500,000 each occurrence and $200,000 property damage. Each policy shall have a certificate evidencing the insurance company. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. A Preproposal Conference is scheduled for April 29, 2014 at 10:30 a.m. at Ft. McHenry National Monument and Historic Shrine, Baltimore, Maryland. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-72. The North American Industry Classification System (NAICS) is 238990. The Solicitation is a total Small Business Set-Aside, Size Standard $14 million average annual receipts. The following are item descriptions and unit costs for pricing purposes: Hourly Rate for Crane Rental based on a total of not-to-exceed 160 Hours at $______________ per hour, Total $______________, Transportation Costs for Crane $_________________, Fuel Charge $___________________, or other charges as necessary $__________________, Total price for the project $_________________. The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of OfferorsCommercial Items, FAR 52.212-2, EvaluationCommercial Items, FAR 52.212-4, Contract Terms and ConditionsCommercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following equally weighted criteria will be used to evaluate the proposals received. Proposals shall include the following information: (1) Identify type and size of crane; (2) Written confirmation of the ability to meet the required start date of June 2, 2014; and (3) A brief narrative describing how transporting the crane to the fort will occur without damaging park resources. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format outlined above (2) Completed copy of FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a Public Opportunities Only search and entering the subject solicitation number under Reference Number in the search criteria. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. Registration in the System for Award Management www.SAM.gov is required as part of the proposal submission. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that Offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Written Proposals shall be submitted in an original hard copy by no later than 12:00 p.m. on May 13, 2014 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Fax and Email Proposal submissions ARE NOT authorized. The Government anticipates award of a firm-fixed price contract on or before May 21, 2014. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00898/listing.html)
 
Record
SN03347602-W 20140426/140424234749-6c82b52646b123c8c104fbde329c7fc7 (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.