Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

J -- Routine Boat Maintenance (Loggerhead)-CUIS

Notice Date
6/27/2023 8:20:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
 
ZIP Code
33034
 
Solicitation Number
140P5423Q0029
 
Response Due
7/20/2023 7:00:00 AM
 
Archive Date
07/25/2023
 
Point of Contact
Stefanos, Mary, Phone: 239-340-0068
 
E-Mail Address
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5423Q0029 Posted Date: 27 Jun 23 Response Date: 20 Jul 23 Product or Service Code: J019 (Maintenance & Repair of Ships, Small Craft, Pontoons and Floating Docks) Set Aside: Total Small Business NAICS Code: 336611 (Ship Building & Repairing) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This is a total small business set aside in accordance with FAR 19.502-2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 dated 06/02/2023. The FAC and FAR are available at https://www.acquisition.gov/FAR. The associated North American Industrial Classification System (NAICS) code for this procurement is 336611, with a small business size standard of 1,250 employees. This synopsis page combined with the posted Standard Form 18 and the attached Statement of Work (attachment #1) will make a complete solicitation package. This Acquisition may result in a firm fixed price purchase order. The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking a contractor to provide all labor, tools, vehicles, equipment, materials, transportation, and supervision required to remove 42foot long by 14foot wide aluminum crew boat by travel lift. Place the boat on blocks to accommodate inspection and perform detailed maintenance to the hull and identified machinery as specified. The landing craft is located at Cumberland Island National Seashore, St Mary�s GA 31558. A detailed Statement of Work (SOW) can be found in Attachment 1. All interested companies shall provide a quote for services below by completing blocks 11e through 16 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain one (1) pdf with the completed SF18 and additional pages must include your UEI (Unique Entity Identifier), your distance from the park, your technical approach to the project, your best estimated time-frame for completion along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5423Q0029) in all correspondence PERFORMANCE PERIOD: is anticipated to be 45 days, however, indicate your best realistic completion time with your quote. PERFORMANCE LOCATION: Vendor Location Inspection: A group inspection is schedule for July 11, 2023 at 10:00am at Cumberland Islands National Seashore, 101 Wheeler Street, St. Marys, Ga 31558. The purpose of this inspection is for contractors to ascertain the condition of the vessel which could materially affect costs. Any questions must be submitted in writing to the Contracting Officer at the email address below NO LATER THAN 10:00am (ET) on July 13, 2023. A summary of questions and answers arising from the inspection and/or review of the package will be provided to all prospective contractors as a reposting to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this inspection shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. We consider attendance at this inspection vital to the preparation of a competitive and cost effective offer, and to understand the total result desired by the Government. Failure to attend this inspection may not be used as an excuse for omissions or miscalculations in quotes. It is emphasized that it is most advantageous for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. AWARD: The Contracting Officer anticipates awarding a FIRM FIXED PRICE purchase order around the end of July 2023 to the firm that presents the best value to the government. ********************* The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/sites/default/files/current/far/pdf/FAR.pdf The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, `Instructions to Offerors�Commercial Items� (Mar 2023) 2. FAR 52.212-2, `Evaluation � Commercial Items� Nov 2021) 3. FAR 52.212-3, `Offerors Representations and Certifications�Commercial Items� (Dec 2022) Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, `Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, `Contract Terms and Conditions�Commercial Items� (Dec 2022) -FAR 52.212-5, `Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items� (Jun 2023) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (June 2020), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-28, Post Award Small Business Program Representation (Mar 2023) (15 U.S.C. 632(a)(2)), FAR 52.219-30 (Oct 2022), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jun 2020) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (Jan 2021) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Nov 2021) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (Jan 2021), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Oct 2018)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023) Minimum Wages Under Executive Order 13658 (Jan 2022) (E.O. 13658) 52.202-1 Definitions. (Jun 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Jun 2020) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Mar 2023) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.211-8 Time of Delivery (Nov 2016) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence � Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Options (Jul 1990) 52.219-1 Small Business Program Representation (Mar 2023) 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (Aug 2018) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. (Oct 2021) (DEVIATION) 52.225-18 Place of Manufacture. (Aug 2018) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Jun 2020) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.244-6 Subcontracts for Commercial Products and Commercial Services (Jun 2023) 52.247-34 F.o.b. Destination (Nov 1991) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) ************************************************************************************* Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action. ************************************************************************************* Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) ************************************************************************************* 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. ************************************************************************************** The applicable SCA wage rates will be determined by the awardee's location ************************************************************************************** DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer�s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office�s (GAO�s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) ************************************************************************************** DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR�s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor�s risk. (End of Clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). `Payment request� means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, delivery date and itemized information regarding tasks completed. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) 1452.236-71 Additive or Deductive Items-Department of the Interior (JUL 1996) So that the Government may obtain the most desirable features of work within the limit of its funds available at time of bid evaluation, award may be made to the bidder having the lowest total of the base bid and a combination of additive and deductive items. All bids shall be evaluated on the basis of the same additive and deductive bid items using the order of priority of the items listed in the schedule.(End of provision) *********************************************************************************** All interested companies shall provide a quote for services below by completing blocks 11e through 16 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain one (1) pdf with the completed SF18 and additional pages must include your UEI (Unique Entity Identifier), your distance from the park, your technical approach to the project, your best estimated time-frame for completion along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5423Q0029) in all correspondence. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Emailed confirmation of offer will be sent by the government. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on July 20, 2023. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering price, past performance, technical experience, distance from the Park, technical approach and proposed timeline, which are all equally weighted. The Contracting Officer may use information from other sources to evaluate past performance. This includes, but is not limited to the Contractor Performance Assessment Reporting System (CPARS). Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on July 13, 2023 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Attachments: Atch 1-Statement of Work Contact: Mary Stefanos, Contracting Officer (CO): Email:Mary_Stefanos@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d8558b2a7f8648029d5d841c1d5fdcba/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06729185-F 20230629/230627230042 (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.