Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

J -- James River Reserve Fleet - FY21 PG-201 Hauling, Coating and Deck Hatch Repairs

Notice Date
7/8/2021 7:28:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
6933A2 DOT MARITIME ADMINISTRATION NORFOLK VA 23505 USA
 
ZIP Code
23505
 
Solicitation Number
6933A221Q000026
 
Response Due
7/30/2021 11:00:00 AM
 
Archive Date
08/14/2021
 
Point of Contact
Monique R. Leake, Phone: 7573225820
 
E-Mail Address
monique.leake@dot.gov
(monique.leake@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION (CS/S) for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice.� This solicitation is advertised as Small Business Set Aside. This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS Combined Synopsis/Solicitation WILL NOT BE AVAILABLE. This Combined Synopsis/Solicitation SHALL be posted to beta.SAM.gov. under Contract Opportunities. The RFQ number is 6933A221Q000026. �This Combined Synopsis/Solicitation documents and incorporates provisions and clauses in effect through FAC number 2021-05 effective 03-10-2021.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The FAR clauses may be accessed in full text at the following address: https://www.acquisition.gov/browse/index/far. �� The NAICS code is 336611, SIC code 3731and the Small Business Standard is 1,250 employees. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to solicit industrial support for Hauling, Coating and Deck Hatch Repair of James River Reserve Fleet (JRRF) PG-201 Fleet Craft. An award of a firm fixed price purchase order is anticipated for service and material to perform this work in accordance with specifications in the Statement of Work (SOW) - ATTACHMENT I. Offerors are to submit pricing for all materials, equipment and labor required to complete work on the vendor price sheet - ATTACHMENT II. The Fleet Craft is currently located at the James River Reserve Fleet (JRRF), 2606 Harrison Road, Fort Eustis VA. 23604 and will be delivered to and retrieved from the drydock facility. The full Statement of Work (SOW) shall be carried out at Contractor�s facility. Work shall be coordinated with Mr. James Holden by phone at (757) 322-5848 or via email at James.Holden@dot.gov. Because this craft is not considered deep-sea worthy, it is necessary to restrict the geographic area of companies able to submit quotes to the area within 30 miles of the JRRF. Site Visit Potential Quoters are encouraged to inspect PG-201 Fleet Craft thoroughly before submitting quotes. Potential Quoters shall schedule a Site Visit for the week of 12-15 July 2021 at the James River Reserve Fleet, 2606 Harrison Road, Fort Eustis VA. 23604. Due to access restrictions and requirements at Fort Eustis, visitors are to contact Mr. James Holden by phone at (757) 322-5848 or via email at James.Holden@dot.gov no later than 24 hours prior to the site visit to arrange attendance.� In addition, Potential Quoters will be required and must be able to gain access to the Fort Eustis facility by being vetted by the JBLE Security Forces Visitor Center. �THIS IS A REQUIREMENT AND INVOLVE SUBMITTING PERSONAL IDENTIFICATION INFORMATION TO INCLUDE NAME, DOB, SSN, AND DRIVER LICENSE NUMBER. To make the site visit as productive as possible, offerors are also requested to submit any questions resulting from the review of this Combined Synopsis/Solicitation package or questions resulting from the site visit be submitted in writing via email to the Contracting Officer, at Monique.Leake@dot.gov , by 20 July 2021 at 12:00 P.M. Eastern Standard Time with solicitation number 6933A221Q000026 in the subject line. Responses to the questions will be answered in the form of an amendment to this solicitation. Failure of a prospective offeror to submit any questions or to attend the site visit will be construed to mean that the offeror fully understands all requirements of the solicitation. Prospective offerors are advised that the site visit will be held solely to allow offerors an opportunity to gain the best possible understanding of the working environment and specific work items to be addressed under contract in order that they may prepare an accurate and complete price quote. All prospective offerors are advised that, upon conclusion of the site visit, unless this Combined Synopsis/Solicitation is amended in writing, it will remain unchanged and, that if an amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment shall be applicable. Responses to this solicitation are due by 30 July 2021 at 2:00 PM Eastern Time.� The preferred method for submittal is via email to Monique.Leake@dot.gov. Please reference the solicitation number 6933A221Q000026 on your quote and on the subject line of the e-mail. �NO FAX QUOTES WILL BE ACCEPTED.� Acknowledgement of all amendments is required with Contractor signature and returned with your response. Period of Performance The Purchase Order Period of Performance (PoP) will be from date of award through 09/30/2020. Barring any weather related or unforeseeable delays, MARAD intends for the barge to be delivered and tendered to the contractor facility within three working days of notice to proceed. The dry-docking PoP will be 45 days upon completion of delivery and tender. This will ensure barge arrives at, and departs, the ship yard within the indicated 45 dry docking days and allow the purchase order to remain active to facilitate final invoice processing and billing for close out. ATTENTION Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169 or e-mail stlpinfo@dot.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01294a492c564cf6ad1c8cffd3057964/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06054828-F 20210710/210708230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.