Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2023 SAM #7964
SOLICITATION NOTICE

19 -- Survey Vessel H.R. SPIES Overhaul

Notice Date
9/15/2023 12:28:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU-23-SPIES
 
Response Due
10/11/2023 10:00:00 AM
 
Archive Date
10/26/2023
 
Point of Contact
Robert W. Hutcheon, Jr., Michael J. Hunter
 
E-Mail Address
robert.w.hutcheon@usace.army.mil, michael.hunter@usace.army.mil
(robert.w.hutcheon@usace.army.mil, michael.hunter@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and Part 12, as supplemented with additional information included in this notice, including DFARS Subpart 217-71. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. SOLICITATION #: W912BU-23-Q-SPIES This combined synopsis/solicitation is issued as a Request for Quotes.� A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 effective 8 August 2023. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS:� 336611 The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Mastership Agreement for dry dock and repair to the Survey Vessel (S/V) SPIES in accordance with (IAW) the statement of work. IAW DFARS 217.7102, the government intends to enter into a Master Agreement for Repair and Alteration of Vessels. The offeror MUST meet the specifications and requirements listed in the solicitation. Paymentand Performance Bonding will not be required. **Contractors are instructed to price each CLIN individually** CLIN 0001 � S/V SPIES Dry Dock Repair � The major work scope includes dry docking the Spies, cleaning and painting the hull, replace propellors, engine maintenance, required inspections, and miscellaneous modifications and repairs outlined in the attached scope of work. 0001A��H-101 DRYDOCKING AND REPAIRS ������������� 0001B��H-102 Utilities and Services 0001C��H-200 Surface Preparation & Inspection 0001D��H-201 Hull Painting 0001E��H-202 Hull Anode Replacement 0001F��H-203 Hull Audiogauging (If-Directed) 0001G��H-204 Repair Pitting on Struts (IF DIRECTED 0001H��H-210 Clean Bilges 0001I��H-901 Modify Bench Seat and Add Worktop 0001J��H-902 Pump out Head Tank 0001K��H-903 Install Disconnect for �A� Frame Controller 0001L��H-911 Replace Rudders (If-Directed) 0001M��M-101 Main Engine Service 0001N�M-701 Replace Propellers 0001O��M-702 Replace Hyd Cylinders on A-Frame 0001II��M-703 Replace Hyd Hoses A-Frame & Steering 0001PA��M-901 Misc Maintenance (If Directed) � � � � � � � �A. LABOR 0001PB��M-901 Misc Maintenance (If Directed) � � � � � � � B. MATERIALS 0001PC��M-901 Misc Maintenance (INSERT % RATE) � � � � � � � C. BURDEN CHARGES Delivery Schedule 21 Days from Notice to Proceed. Delivery Location:� Contractor�s Facility FOB Point: Destination FAR 52.212-1 � Instructions to Offerors Provision Addenda:� All quotes shall include the following minimum information:� Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.� IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov This solicitation is issued as a request for quote using FAR Part 13 Simplified Acquisition Procedures. Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN (Section BA), total price, product specifications, warranty terms (stated in hours of usage), etc. Contractors are instructed to price each CLIN individually. All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Contractors should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive. FAR 52.212-2 � Evaluation � Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated. The following are the evaluation criteria: ------------------------------------------------------------------------------------------------------------ Price - **Contractors are instructed to price each CLIN individually** ------------------------------------------------------------------------------------------------------------ The lowest priced contractor that submits a quote deemed responsive to the solicitation will be awarded a purchase order. A purchase order may be issued without discussions. Multiple awards with not be made. ** All Contract work shall be performed at a location along the Atlantic Coast of the United States of America from New York, NY to Baltimore, MD. Application: All Offerors will have their proposal surcharged (calculated after receipt of all proposals at $60 per nautical mile.� The mileage will be based on U.S. Department of Commerce Publication �Distance between United States Ports�, with an appropriate adjustment for the actual operating location.� Based on the S/V SPIES�s normally traveled waterway route as determined by the Master of the vessel, facilities shall have their bid surcharged on the round trip distance between the contractor�s facility and Chesapeake City, MD.� Any shipyard facility submitting a bid which deviates from the normally traveled waterway route shall have their bid surcharged accordingly. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items:� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.� If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote. FAR 52.212-4 � Terms and Condition � Commercial applies to this acquisition FAR 52.212-5 (DEV Nov 2017) � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.252-1 � Solicitation Provisions Incorporated By Reference - 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: www.acquisition.gov The following additional provisions or clauses are specific to this particular requirement: DFARS 252.204-7012 - SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING DFARS 252.204-7020 � NIST SP 800-71 DoD Assessment Requirements DFARS 252.204-7021 � Cybersecurity Maturity Model Certification Requirements DFARS 252.217-7003 � Changes DFARS 252.217-7004 � Job Orders and Compensation DFARS 252.217-7005 � Inspection and Manner of Doing Work DFARS 252.217-7006 � Title DFARS 252.217-7007 � Payment DFARS 252.217-7009 � Default DFARS 252.217-7010 � Performance DFARS 252.217-7011 � Access to Vessel DFARS 252.217-7012 � Liability and Insurance DFARS 252.217-7013 � Guarantees DFARS 252.217-7014 � Discharge of Liens DFARS 252.217-7015 � Safety and Health DFARS 252.217-7016 � Plant Protection FAR 52.204-7 � System for Award Management FAR 52.247-34 � FOB Destination FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management All responsible sources may submit a quotation which shall be considered.� Quotations may be emailed to robert.w.hutcheon@usace.army.mill no later than 11 October 2023, 1:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da8b6c0b222e436fba4c1ff5557dc4a1/view)
 
Record
SN06833505-F 20230917/230915230058 (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.