Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
SOLICITATION NOTICE

V -- ONE WAY Towing of one (1) Navy YFNB (working barge) from CT to VA - N39040-15-T-0264 Request for Quote

Notice Date
6/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483113 — Coastal and Great Lakes Freight Transportation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-15-T-0264
 
Archive Date
6/24/2016
 
Point of Contact
Emily Bateman, Phone: 2074386819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
15-T-0264 Combined Synopsis 15-T-0264 Quote Sheet This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N39040-15-T-0264. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-82 and DFARS Change Notice 2015-0602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 483113 and the Small Business Standard is 500 employees. This is a SMALL BUSINESS SET ASIDE solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet): Line Item 0001: Barge Tow (NLON CT to NNSY VA) Barge Delivery (NLON to NNSY) - Towing of One (1) Navy YFNB Working Barge, in accordance with the specifications, from Subase New London (NLON) Groton, CT, to Norfolk Naval Shipyard (NNSY) Southgate, Portsmouth, VA. Pick up between 7/6/15-7/10/15. Specifications: Towing of One (1) Navy YFNB Working Barge (in accordance with the below specifications), from Subase New London (NLON) Groton, CT, to Norfolk Naval Shipyard (NNSY) Southgate, Portsmouth, VA. - The barge specifications are as follows: length 261, width 48. Maximum navigational draft is 9', actually drafting 4', dead weight 1300 tons. - Period of Performance (POP): pick up between 7/6/15-7/10/15, for a delivery approximately 5 days later, as weather conditions warrant. - Departure from NLON on any weekday within POP (Monday - Friday, excluding holidays) from 0800-1300. Arrival at NNSY any weekday (Monday - Friday, excluding holidays) within POP, from 0800-1300. - Government to provide assist tugs available for departure from NLON, and arrival at NNSY at no cost. Weather may potentially impact the safety of the tow, and therefore the government is flexible given the unpredictability of the weather. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.215-5 Facsimile Proposals 52.216-1 Type of Contract: Firm Fixed Price 52.217-9 Option to Extend the Term of the Contract, 7 days with 14 day notification 52.219-1 Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28, Post Award Small Business 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11 Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-36, Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order 52.242-17 Government Delay Of Work 52.244-6 Subcontracts for Commercial Items. 52.247-34 F.o.b. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea NMCARS 5237.102(90) This announcement will close at 2:00 PM EST local time on 18 June 2014. Contact Emily Bateman who can be reached by email at emily.bateman@navy.mil. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability (in accordance with Request for Quote Sheet) - Price System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4c85a5b114f5489f2887ba00d8bfaf4)
 
Place of Performance
Address: Groton, Connecticut, United States
 
Record
SN03761461-W 20150613/150611235301-c4c85a5b114f5489f2887ba00d8bfaf4 (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.