MODIFICATION
J -- Emergency Drydocking of the Dredge Wheeler
- Notice Date
- 2/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-15-R-0021
- Response Due
- 2/18/2015
- Archive Date
- 4/19/2015
- Point of Contact
- Lauren Gandolfi, 504-862-2340
- E-Mail Address
-
USACE District, New Orleans
(lauren.a.gandolfi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- UNRESTRICTED PROCUREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. NAICS Code: 336611. This requirement is being issued as Unrestricted under Request for Quote (RFQ) No. W912P8-15-R-0021. The Government anticipates awarding one Firm Fixed Price contract award from this solicitation. The U.S. Army Corps of Engineers, New Orleans District, has an emergency requirement to Drydock the Dredge Wheeler. SEE ATTACHED SCOPE OF WORK AND DRAWINGS. Quotes received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable offerors shall submit proof of the following with their quote package: - The contractor must have drydock facility available to perform the repair on Wednesday 18 February 2015 or earlier. - Floating Drydock or fixed drydock must have capacity to safely drydock the Dredge Wheeler, which possesses the following characteristic: * Length: 408 ft * Width: 78 ft * Displacement: 11,000 tons * Forward draft: 16 ft. Aft draft: 21 ft - Due to the starboard steering of the Dredge Wheeler being out of service, for safety reasons, all prospective bidder(s) facility shall be limited to the gulf coast of the following states: Texas, Louisiana, Mississippi, and Alabama. 2. Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. 3. Price. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The following FAR Clauses apply to this acquisition: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - Alternate II and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.225-1 Buy American - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.229-3, Federal State and Local Taxes FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.246-2, Inspection of Supplies - Fixed Price; FAR 52.246-4, Inspection of Services - Fixed Price; FAR 52.246-16 Responsibility for Supplies; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Work Product DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.217-7011, Access to Vessel; DFARS 252.217-7012, Liability and Isurance; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Wage Determination WD 05-2009 (Rev.-19) applies to this procurement. QUESTION DUE DATE: ***Questions must be received no later than 11:00am CT on Tuesday, 17 February 2015. All questions must be forwarded to eileen.m.darby@usace.army.mil and hung.v.quach@usace.army.mil*** QUOTATION DUE DATE: Written quotes must be received no later than 12:00pm CT on Wednesday, 18 February 2015. Quotes should be e-mailed to lauren.a.gandolfi@usace.army.mil. NOTES: 1) Lack of registration in the SAM database will make an offeror ineligible for award. 2) Offerors must provide Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-R-0021/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN03645092-W 20150220/150218235141-82c131d67c3bb212167d614fdbb598a1 (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 |