Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2021 SAM #7323
SOLICITATION NOTICE

38 -- Land and Barge Crane Services

Notice Date
12/17/2021 12:13:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441822Q0008
 
Response Due
12/21/2021 9:00:00 AM
 
Archive Date
01/05/2022
 
Point of Contact
Brandon Costa, Phone: 8439633454, Terry Harrelson, Phone: (843) 963-5158
 
E-Mail Address
brandon.costa@us.af.mil, terry.harrelson.1@us.af.mil
(brandon.costa@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment One: The purpose of this amendment is to provide Answers to the questions submitted in response to the solicitation. Question #1:� Will there be a location at job-site or on The Base for the land based crane to be in standby mode or does this land based crane need to be on standby mode off of The Base? Answer #1:� The crane can be parked/pre-positioned at a location on the Naval Weapon Station.� The crane operator will standby in Government provided location during actual operations and the Government will provide transportation to the operational site as required. Question #2.� For the land based crane, can it be an all-terrain type crane? Answer #2:� Yes, it can be an all-terrain type. Question #3:.�� Has all engineering work already been performed by others to allow the 200-Ton land based crane to operate on Wharf? Answer #3:� �The Wharf �has a uniformly distributed deck capacity of 600 pounds per square foot.� The wharf can also safely support a 70-ton rubber-tired traveling truck crane (or equivalent), as well as trucks/tractor trailers with single axle loads up to 32,000 pounds and cargo handling vehicles with primary weight-handling axle loads up to 140,000 pounds.� Question #4:�� What is the anticipated dates for the 31 days of the period of performance? Answer #4:� The awardee will be notified of the anticipated period of performance.� The government intends to announce award �by the end of the month, Dec 2021, which will allow vendors adequate time to schedule performance. Additionally, the Government will provide 24-hour notice for crane positioning. XXXXX END OF AMENDMENT ONE XXXXX� COMBINED SYNOPSIS/SOLICITATION RFQ No: FA441822Q0008 Land and Barge Crane Services JOINT BASE CHARLESTON (JB CHS), SC �(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 and FAR subpart 13.5 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. (ii) FA441822Q0008 is issued as a request for quotation (RFQ). (iii) �This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 dated 10 September 2021. (iv) �This acquisition is restricted for small business concerns. The associated NAICS code is 238990 with a $16.5M size standard. (vi) �The Contractor shall provide all labor, equipment, transportation, planning, planning meetings, management, and supervision required to provide crane with operator to assist off-loading vessel cargo in accordance with ASME B30, ASME B30.4, ASME B30.9, OSHA 1926 subpart CC, OSHA 1926.1437. Performance characteristics are provided in the CLIN descriptions of the attached RFQ price sheet. The contractor shall supply its own tug, riggers, rigging hardware, and slings for movement. (vii)� The Period of Performance shall begin a Notice to Proceed is issued to the vendor. The vendor shall be on standby for a period of 31 days and be required to perform within 24 hour upon Notice-to-Proceed issued by the Government. Actual performance shall be for a minimum of 16 hours to include set-up and stand down. (viii)� FAR 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition with the following Addenda; a. Offerors shall utilize RFQ Attachment 1 � Price Sheet to submit pricing in response to this RFQ. b. A�Firm Fixed Priced Purchase Order is anticipated. c.�Offerors must submit crane certifications. d. Offerors must submit crane operator certifications. e. Offerors must submit sling weight test information f.�Offerors must provide proof of insurance. g.�Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xvi below.� Questions must be submitted no later than 10 December 2021. h.�Vendors are advised employees must be able to pass JB CHS security checks in order to obtain permission to provide deliveries to the installation. i.�Offerors must submit responses to this RFQ electronically by email to Brandon Costa, Contract Specialist, at Brandon.costa@us.af.mil. j.�Offerors are advised if awarded the requirement will be required to attend planning meetings, attend pre-performance meeting, and may be required to submit a lift plan prior to performance. k.�Offerors must provide not more than three past performance references for performance dating no further back than 5 years from issuance of this solicitation. (ix)� FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda 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. b.�The following factors shall be used to evaluate offers in the following relative order of importance: Technical Acceptability Price Past Performance c.�Technical � First the government will evaluate each offer for technical acceptability on a pass/fail basis. To be considered technically acceptable (rated as pass) offeror crane certification, crane operator certification, sling test weight information, and proof of insurance must be valid, accurate, and complete.� Offerors whose technical data are not valid, accurate, and complete will be considered unacceptable (rated as fail). d.�Price � Next, the Government will evaluate offers by adding the total price of CLIN�s for all options to the total price for the basic requirement in order to determine the total quoted price for each offer. Offerors will then be arranged according to price, from lowest priced offer to the highest priced offer. e.�Past Performance - Lastly, the government will evaluate the quality and extent of offeror�s performance deemed relevant to the requirements of this solicitation. Beginning with the technically acceptable, lowest priced offeror, the Contracting Officer shall seek recent and relevant performance information on offerors based on the past efforts provided by the offeror and data independently obtained from other Government and commercial sources.� The government will use information submitted by the offeror and other sources such as other Federal Government offices, state and municipal offices, and commercial sources, to assess performance.� Provide a list of no more than three (3) references, for the most relevant contracts performed for Federal agencies and commercial customers within the last five (5) years from the date of the solicitation. Recent is defined as references of contracts performed within five (5) years from the date of the solicitation. Relevant contracts include those with work similar in size and scope to the services described in the PWS. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.� Furnish the following information for each contract listed: � � � � � � � � � � � �i. Company � � � � � � � � � � � �ii. Service - Relevant to this acquisition � � � � � � � � � � � �iii. Contracting Agency/Customer � � � � � � � � � � � �iv. Contract Number � � � � � � � � � � � � v. Contract Dollar Value (Specify Annual or Total Value) � � � � � � � � � � � � vi. Period of Performance � � � � � � � � � � � � vii. Verified,�up-to-date name, email address, telephone number of the Contracting officer or contracting officer�s representative � � � � � � � � � � � � viii. Comments�regarding compliance with contract terms and conditions. Relevancy�Rating�Description Relevant:�Present/Past Performance is similar in scope and complexity to the requirement of this RFQ Not Relevant:�Present/Past Performance is not similar in scope and complexity to the requirement of this RFQ. Award will be made to the vendor who is determined to be technically acceptable, represents the lowest price, and is rated as having substantial confidence performance rating. The Government will treat an offeror whose confidence as unknown as equal to limited confidence.� Performance confidence levels are defined as follows: PERFORMANCE CONFIDENCE ASSESSMENTS Rating�Description SUBSTANTIAL CONFIDENCE:�Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE:�Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.� LIMITED CONFIDENCE:�Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO�CONFIDENCE:�Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE (NEUTRAL):�No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. If the lowest priced evaluated offer is determined technically acceptable and is judged to have a �Substantial Confidence� performance assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror determined technically acceptable is not judged to have a �Substantial Confidence� performance assessment, the next Lowest Priced Technically Acceptable offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a �Satisfactory Confidence� performance assessment or until all offerors are evaluated.� The Contracting Officer shall then make an integrated best value award decision. Offerors are cautioned to submit sufficient information and in the format specified in the preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their quote or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond.� Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision. f. The Government intends to award a contract to the offeror whose quote represents the best value for performance of the requirement.� g. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (x) �All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov . (xi) �The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial�Items, applies to this acquisition. (xii) �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. (xiii) Terms and Conditions applicable to this solicitation are included in Attachment 2 to the solicitation. (xiv) This is not a Defense Priorities and Allocations System (DPAS) rated acquisition. (xv)� Offers in response to this acquisition are due 21 December 2021, No Later Than 12:00 PM EST.� (xvi)� Offerors may contact Brandon Costa at Brandon.costa@us.af.mil or by phone at 843-963-4547 for information regarding this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e5132daf49840e79ba353d1b5c06190/view)
 
Place of Performance
Address: Goose Creek, SC 29445, USA
Zip Code: 29445
Country: USA
 
Record
SN06200451-F 20211219/211217230106 (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.