Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

20 -- Life Raft Inspections - USACE Wilmington District Vessel Fleet - Questions and Answers, 11 February 2016

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-16-T-0007
 
Point of Contact
Carol Jayroe, Phone: 9102514110
 
E-Mail Address
Carol.B.Jayroe@usace.army.mil
(Carol.B.Jayroe@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers, 11 February 2016 **Questions and Answers have been posted, as of 11 February 2016.** This notice is being posted as an avenue to provide Request for Quotes, W912PM-16-T-0007. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a 100% Small Business Set-Aside. The solicitation number is W912PM-16-T-0007, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 488390 with a small business size standard of $38,500,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-86. Description of Requirement: The VIKING Life Rafts in use on our Floating Plant Vessels shall be inspected, repaired (if necessary), restocked, and repacked annually by a Viking Certified Technician, in a USCG approved inspection station, prior to the expiration date on the life raft schedule provided in the solicitation. The contractor shall provide all labor, materials, & services to perform Annual Inspections, as required by 46 CFR §160.151-35 on twelve (12) VIKING Life Rafts used on the USACE Wilmington District's Government owned Floating Plant Vessels. IAW 46 CFR §160.151-37, the contractor shall perform all required tasks listed in the Viking Servicing Manual. Qualifications of Contractor: The contractor shall hold a current certification from Viking to perform Inspections on Viking Life Rafts and shall provide proof of certification with their quote. Contract Line Items: Quotes shall include the CLINs listed in the attached Quote Schedule. Period of Performance: The Base Year of the Contract shall be from 01 March 2016 - 28 February 2017, and four subsequent option years. AT-OPSEC Requirements for the Contract: Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.203-3, Gratuities 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government -- Alternate I 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-16, Preventing Personal Conflicts of Interest 52.204-2, Security Requirements 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, 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 - Commercial Items 52.217-5, Evaluation of Options 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-Representation 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards and Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages under Executive Order 13658 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-4002, U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH MANUAL, EM 385-1-1 52.225-1, Buy American--Supplies 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, Alternate III 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.228-5, Insurance - Work On A Government Installation 52.229-2 Alt I, North Carolina State and Local Sales and Use Tax - Alternate I 52.229-3, Federal, State and Local Taxes 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.242-13, Bankruptcy 52.245-1, Government Property 52.245-9, Use and Charge 52.246-25, Limitation of Liability--Services 52.249-2, Termination for Convenience of the Government (Fixed-Price) 52.249-8, Default (Fixed-Price Supply & Service) 52.253-1, Computer Generated Forms 252.201-7000, Contracting Officer's Representative 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A System for Award Management Alternate A 252.204-7006, Billing Instructions 252.204-7007, Alternate A, Annual Representations and Certifications 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. 252.209-7004, Subcontracting with Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.217-7010, Performance 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate. 252.225-7001, Buy American and Balance of Payments Program-- Basic 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7021, Trade Agreements--Basic 252.225-7031, Secondary Arab Boycott of Israel 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate 252.225-7036, Buy American--Free Trade Agreement--Balance of Payments Program--Basic 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer 52.212-2 - Evaluation -- Commercial Items (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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: i. Provide proof of Viking Inspection Certification, in effect at time of submission of quote (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FIRM FIXED PRICE contract resulting from this solicitation. 52.217-8 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months or 5 years and 6 months. (End of Clause) 52.222-49, Service Contract Labor Standards-Place of Performance Unknown (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: N/A. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 10 February 2016. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract 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 this/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) Quotes are due not later than 2:00pm, Eastern Standard Time, 17 February 2016. You are encouraged to submit quotes electronically: Carol.B.Jayroe@usace.army.mil. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Carol Jayroe, Carol.B.Jayroe@usace.army.mil. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only Request for Quote that will be made for this requirement. To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d7d2b4f928f3272ce7a5242cff4124c)
 
Record
SN04018647-W 20160213/160211235128-7d7d2b4f928f3272ce7a5242cff4124c (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  © 1994-2020, Loren Data Corp.