Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

V -- Vessel Charter for Surface Buoy Recovery 300 Nautical Miles SE of Tokyo

Notice Date
7/10/2023 10:17:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NRMAH00002301016VES
 
Response Due
7/17/2023 11:00:00 AM
 
Archive Date
08/01/2023
 
Point of Contact
Veronica Stroud, Phone: 3035786858
 
E-Mail Address
veronica.stroud@noaa.gov
(veronica.stroud@noaa.gov)
 
Description
This is being extended to change this opportunity to fair and open instead of a small business set aside. CLARIFICATIONS: 1. The�sam.gov�posting and the Combined Synopsis doc state that the place of acceptance/performance is Seattle, WA, however the Statement of Work states that the loading port is Yokohama Japan, or another port in Tokyo.� Within the documents, it states an estimate of six total days at sea are typically needed to complete the project (including transit time, ops time, and offloading). Is it assumed that the vessel would be mobbing/demobbing from Japan? The location of the work�will be off the coast of Yokohama Japan. The Seattle reference is for invoicing only. 2. According to the Combined Synopsis/Solicitation document, there is no preference for Privately Owned U.S.-Flag Commercial Vessels. Is the expectation that a vessel would be chartered from Japan, or would the costs of mobbing/demobbing a vessel from the continental US be considered?�If a U.S. vendor can be cost competitive for work in Japan as called out in the SOW, that would be fine. 3. The period of performance as stated on the�sam.gov�posting is date of award through 09/30/2023, however both the Statement of Work and Combined Synopsis/Solicitation state that the preferred work window is �yearly from April 1 � June 31�. Is there a specific period of performance for this work? Also, is there a multiple year term, and if so, how many? There is the preferred period for the main annual cruise from April -June, but can go as late as September 30th. This year the cruise would have�to be later than the preferred April -June timeframe, but could still take place before September 30th. The overall POP is setup as annual in case a a mooring comes loose or there is an urgent need during some other part of the year. This award is for this year's journey only. Period of Performance paragraph: The dates are listed as �April 1 � June 31,� Should this read June 30�or July 31?��June 30th.� However, for this sailing this will be extended to Sept. 30, or even later.� The Apr-Jun was the initial request, but as of now, it will need to be a 1.5 month lead once the contract is awarded.� This can be altered as needed to make sure the trip can occur.�� Mobilization and Demobilization Requirements: The location of the mob/demob is to �be arranged by the vendor.�� Is a commercial pier acceptable?��YES - if the vendor can load there Will NOAA arrange to move the equipment from the place of rest to the dockside where the ship�s gear will then load the equipment? Will NOAA arrange to have the equipment moved from dockside to place of rest?��YES - we will work with an agent in Japan who will coordinate these logistics.� It is expected that the ship will assist in coordination(which is pretty standard). Minimum Vessel Requirements 1.3 � what is the maximum crane outreach required?�- I don't want to specify that because every ship is different and would utilize their equipment differently.�� At a minimum, a crane must be able to move equipment to ALL places on the deck including the stern. 1.4 � Please confirm an A-Frame is required.� (It is a little unclear, as in 1.3 it seems some equipment can be deployed with a crane and a tipping plate).��A-Frame is a requirement in the SOW.� Work can be done without an A-frame only if it is the only option. 1.5, 1.17��Is a single capstan capable of pulling 5,000 meters of line sufficient for all the operations? -�This is a confusing question as capstans don't hold any line so have to no limit to how much they can pull (this is weirdly stated, somewhat improperly in our SOW).� Our mooring is ~8000m long, so if a drum is used to hold the line, it must accommodate at least that much.� As for the capstan, yes, one is sufficient, as long as it meets our speed requirements.� Two or more is preferred, but not required. � � � � � � � � � � � ii.������Is all the line supplied by the Government? -�Yes � � � � � � � � � � � iii.������Can the same capstan be used for the CTD operations? -�Yes COMBINED SYNOPSIS/SOLICITATION: (V) Line Item 0001 � �services, non-personal, to provide all equipment, labor, and materials� is there a list of equipment and materials that the Government will be providing and a list of what the vendors are to provide outside of the vessel requirements?�� A full manifest of what will be brought on board will be provided to the vendor. (VII) �Date of award through 09/30/2023� � is this correct and supersedes the POP paragraph from the SOW above?�Yes, in this case, because of start delays, the client is instead hoping to have the sailing complete before 9/30/23.� NOTE:� depending on the award date of the contract we MAY have to push beyond that.� We have to allow for 1-2 months shipping/customs lead time. SEE ATTACHMENTS FOR MORE INFORMATION. Charter Vessel Services to Service the KEO Mooring, 7 Days of Ship Time (I)��������� 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 included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II)�������� This solicitation is issued as a request for quotation (RFQ).� Submit written quotes on RFQ Number NRMAH0002301016VES. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (JUN 2023) (Deviation 2023-03) (DEC 2022). (IV)������� This solicitation is being issued as a total small business set-aside. The associated NAICS code is 483114. The small business size standard is 550 employees. (V)�������� This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 � Services, non-personal, to provide all equipment, labor, and materials (unless otherwise provided herein) necessary for Vessel Charter to Service the KEO Mooring (7 days of ship time and associated costs) as per the statement of work.� ��Qty 7 days @ $__________per day $___________total for line item. �(VI)������ Description of requirements is as follows: See attached Statement of Work for details. This requirement shall be to Charter of a vessel and crew to recover and deploy a moored surface buoy approximately 300 nautical miles southeast of Tokyo, Japan, in the vicinity of 32.3�N, 144.6�E. In addition, the vessel will also deploy and/or recover other moorings or assets specific to that year's mission plan including but not limited to mooring remnants, drifters/floats, gliders and test moorings for additional equipment. The statement of work details all applicable requirements. (VII)�������� Place of Acceptance/Performance:� Pacific Marine Enviro Lab 7600 Sand Point Way NE /R/PMEL Seattle, WA 98115-6349 Period of Performance shall be: Date of Award through 09/30/2023 (VIII)� FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023), applies to this acquisition. NOTICE TO OFFERORS:� Instructions for submitting quotations under this request for quote must be followed.� Failure to provide all information to aid in the evaluation may be considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1.� Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Email quotes are required and can be sent to veronica.stroud@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Vendors shall assume that the Government has no prior knowledge of them or their capability. 4. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. Vendors who do not provide all evaluation criteria may not be accepted. Technical Approach and Capability: The vendor�s overall technical approach will be evaluated to assess the Government's level of confidence in the vendor�s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company�s experience performing similar services. A detailed technical approach write-up describing how the contractor will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work but how your company plans on performing the tasks listed in the attached Statement of Work. i.e. performance checklists, anticipated number of crew members,� and/or confirmation of supplies being provided, etc. Past Performance. The vendor's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the vendor, the agency�s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. ����������� 3.�� Price. The quoted prices will be evaluated but not scored. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. (IX)� �FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (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.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; Offers will be evaluated based on price and the factors set forth in paragraph (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.� The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the vendor�s initial quote; therefore, the vendor�s initial quote should contain the vendor�s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced vendor or the vendor with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 1. Technical Approach and Capability: The vendor�s overall technical approach will be evaluated to assess the Government's level of confidence in the vendor�s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company�s experience performing similar services. A detailed technical approach write-up describing how the contractor will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work but how your company plans on performing the tasks listed in the attached Statement of Work. i.e. performance checklists, anticipated number of crew members,� and/or confirmation of supplies being provided, etc. 2. Past Performance. The vendor's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the vendor, the agency�s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address. Vendors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 3.�� Price. The quoted prices will be evaluated but not scored. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. The Government intends to award a trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. �(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) ""THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.� IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT"".
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a32d676335974bfaa97ea143adbe9a49/view)
 
Place of Performance
Address: Seattle, WA 98115, USA
Zip Code: 98115
Country: USA
 
Record
SN06741966-F 20230712/230710230046 (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.