|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1999 PSA#2333U.S. Marshals Service, Business Services Division, 600 Army Navy Drive,
Arlington, VA 22202 V -- VESSEL RELOCATION, CLEAN-UP (POSSIBLE HAZMAT/WASTE), STORAGE,
SECURITY AND DISPOSAL IN THE DISTRICT OF GUAM SOL MS-99-Q-0021 DUE
051499 POC Janet R. Hall, (703) 416-8983 WEB: na, janet.hall@usdoj.gov.
E-MAIL: Contact the contracting officer via e-mail, na. This is a
combined synopsis/soliciation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in the notice. This announcement
constitutes the only soliciation; quotes are being requested and a
written, Request for Quotation (RFQ) solicition will not be issued.
This RFQ incorporates provisions and clauses that are in effect through
Federal Acquisition Circular 97-11. The RFQ is subject to the special
authority for acquisitions of commercial items exceeding the simplified
acquisition threshold but not greater than $5,000,000.00,including
options. The Standard Industrial Classification (SIC) Code is 4493.
While this RFQ has not been set aside for small business, the small
business size standard is $5 million. It is the intent of the United
States Marshals Service (USMS) to award a purchase order(s) for a base
year with 4 one year options. The USMS reserves the right to award
purchase orders to other than the lowest priced quote and incomplete
quotes may not be considered for an award. For evaluation, past
performance is significantly more important than price. To be
considered technically acceptable, the Quoter must submit a technical
description of the services in sufficient detail for the Contracting
Officer (CO) to decided that the quotation meets the requirements of
the RFQ. The quote must include firm-fixed pricing, on an hourly basis,
for a base year and 4 one year options for the following labor
categories: CLIN 1 -- Captain, CLIN 2 -- Ship's Engineer, CLIN 3 --
Deck Hand, CLIN 4 -- Ship's Broker, CLIN 5 -- Welder and and other
categories to be used under this contract. Estimated number of labor
hours is 2000-3000 per year. Additionally, provide storage types and
monthly rates -- CLIN 6 for seized vessels. Services Required: The USMS
is seeking offerors who can provide vessel relocation, clean-up
(possibly HAZMAT/WASTE), storage facility(ies), security, maintenance,
and disposal services in the District of Guam. There are currently 10
vessels in custody, of which 5 are between 120' and 145' in length.
There are 5 additional vessels that are approximately 60' to 80' in
length. Additional vessels are anticipated. The contractor's storage
facility(s) shall be located within the District of Guam. RELOCATION:
The Contractor shall meet with the USMS, or its designated
representative, to accept possession of the vessel. The contractor
shall sign the USM-102 affirming that it has received the vessel. The
contractor shall maintain a case file on each vessel that is taken into
custody. At a minimum, the case file shall include: the CATS number,
the record of receipt (USM-102), the etimated fair market value, the
initial condition report and evaluation of repairs or other maintenance
required, the record of transporation (tow, etc.), record of
advertising and record of transfer (bill of sale, destruction
certificate, etc.). The Contractor shall describe how it intends to
relocate any type or size vessel that is seized. The majority of the
vessels are somewhat operational -- others will require the assistance
of another vessel to re-locate. CLEAN-UP (POSSIBLY TO INCLUDE
HAZMAT/WASTE): The Contractor shall describe how it will clean-up any
seized vessel (to include possbile HAZMAT/WASTE clean-up). These
vessels predominately have human waste, pests, rodents, trash, food,
clothing, and flammable materials (except fuel and oil stored in gas
tank or engine machinery) that shall be removed by the contractor.
STORAGE, SECURITY, & MAINTENANCE: The contractor shall describe how it
will provide storage (i.e., buoys or docks, etc.) for any seized
vessel. Vessel storage shall be in conformance with applicable United
States Coast Guard (USCG) regulations. Additionally, the Contractor
shall describe how it will maintain the vessel in the identical
condition that it was when it was seized. The Contractor shall describe
how it will ensure that the vessel is kept secure form any storms,
typhoons, etc. The Contractor shall provide a typhoon plan that follows
all Federal and Local Environmental Protection Agency regulations, as
well as all applicable USCG regulations. The Contractor shall also
submit a security plan. The Contractor shall describe how it will
ensure that the vessel does not sink while in its custody. The
Contractor shall describe what types of maintenance are anticipated to
be required on the vessels. All maintenance shall be approved by the
Contracting Officer's Technical Representative (COTR) prior to being
performed, unless it is an emergency, in which case the Contractor
shall notify the COTR within 48 hours. Maintenance shall be performed
only if it is preventative in nature, and absolutely necessary.
ADVERTISING, POSSIBLE CLEAN-UP FOR SINKING, AND DISPOSAL: The
Contractor may be required to advertise or direct contact potential
purchasers abroad in the Far East market or Hawaii. Vessels shall be
disposed of via one of the following three ways: 1) sale (either
auction, broker, or sealed bid sale), 2) salvage/scrap method, or 3)
sinking in shallow or deep water. The contractor will be given specific
written disposal instructions by the COTR. Vessels require additional
clean-up for shallow water sinking versus for deep water sinking. The
Contractor will be required to pump oil and/or gasoline (petroleum)
products from the vessel in the event of certain types of disposal. The
Contractor shall address each method of disposal with specifics of how
it will accomplish each method. Any gross proceeds collected from a
sale shall be provided to the USMS within three (3) working days of the
sale. The provision at FAR 52.212-1, Instructions to Offerors --
Commercial Items, and FAR provision 52.212-2, Evaluation of Commercial
Items, are applicable to this acquisition. The clause at FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items, and the clause at
FAR 52.212.5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items, apply to this
acquisition. Evaluation of Commercial Items: The Government will award
to the responsible bidder offering the best value in terms of price
and past performance. For evaluation, past performance is significantly
more important than price. To be considered technically acceptable, the
Quoter must submit a technical description of the items being offered
in sufficient detail for the CO to decide that the quotation meets the
requirements of the RFQ. NOTE: Quoters responding to this solication
must submit unit prices for the services offered, prompt payment terms,
and a completed copy of the provision at FAR 52.212-3, Offer
Representations and Certifications-Commercial Items, with their bids.
Pursuant Statutes of Executive Orders-Commercial Items, the following
FAR clauses are hereby incorporated by reference: 52.203-6, Alt. I,
Restrictions on Subcontractors Sales to the Government; 52./203-10,
Price or Fee Adjustment for Illegal or Improper Activity; 52.21-8,
Utilization of Small, Small Disadvantaged and Women-Owned Small
Business Concerns; 52.222-26, Equal Opportunity; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41,
Service Contract Act of 1965, as amended, 52.222-43, Fair Labor
Standards Act and Service Contract Act and 52.247-64, Preference for
Privately Owned U.S. -- Flag Commercial Vessels. The CO will furnish
full text for the above listed clauses upon request. Posted 04/23/99
(W-SN323929). (0113) Loren Data Corp. http://www.ld.com (SYN# 0082 19990427\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|