COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2002 PSA #3009
SOLICITATIONS
19 -- HULL, MECHANICAL AND ELECTRICAL SUPPORT
- Notice Date
- December 28, 2001
- Contracting Office
- Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
- ZIP Code
- 20170-4817
- Solicitation Number
- 1435-04-02-PR-85951
- Response Due
- January 9, 2002
- Point of Contact
- Terrie L. Callahan, 703-787-1344, email vze2x5h9@verizon.net
- Description
- See Note 1. This acquisition will be a 100% small business set aside. All offerors must be able to qualify under NAICS 336611, Shipbuilding and Repair. The Minerals Management Service (MMS)/GovWorks intends to issue one or more indefinite-quantity indefinite delivery (ID/IQ) type contracts for manpower and services to Support Hull, Mechanical and Electrical (HM&E) support on US Government Vessels. This requirement is being issued by GovWorKs under the franchise authority of the Department of the Interior (DOI) in accordance with FAR 13.5, Test Program for Certain Commercial Items. Since this may result in a multiple award, each offeror receiving a contract will be given a fair opportunity, as prescribed in FAR 16.505(b), to submit a proposal for individual task orders. This competitive process will be simplified in order to facilitate the order process and prevent undue administrative burden upon the Contractor(s) and the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented and with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The following provisions and clauses apply to this solicitation: 1) 52.212-1, Instructions to Offerors-Commercial (OCT 2000); 2) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 3) 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), with an addendum; and 4) 52.212-5, Contract Terms and conditions Required to Implement Statues or Executive Orders Commercial Items (AUG 2000); 4) DESCRIPTION OF REQUIREMENTS -- The contractor shall provide non-personal technical management, administrative and technical services, materials, tools, equipment, facilities (machine shop and warehouse), and required support to accomplish troubleshooting, repair and maintenance of main and auxiliary, hull, mechanical and electrical (HM&E) equipment and systems onboard US government vessels. The contractor shall develop repair and maintenance schedules, research and retrieve applicable technical documentation, perform required repairs and maintenance, and provide design. The contractor shall develop inspection checklists, test procedures, and deficiency and maintenance planning databases on designated ship systems. The work hereunder shall be accomplished by personnel meeting the minimum qualifications set forth elsewhere herein and shall be provided onsite as required. Mechanical and electrical repair and maintenance efforts shall include all areas of main and auxiliary, HM&E equipment and systems. Particular emphasis shall be put on quality workmanship in effecting rapid repairs, reinforcement of high standards in maintenance, and enhancement of safety personnel. The types of efforts shall include, but are not limited to, the following: 1) REPAIR REQUIREMENTS DEFINITION -- The contractor shall provide services to define main and auxiliary, HM&E repair requirements. 2) REPAIR IMPLEMENTATION -- The contractor shall provide qualified engineers, technicians and tradesmen to perform onboard and ashore equipment repairs and refurbishment. FACILITIES -- The contractor shall have sufficient facilities in appropriate locations to fully support the work intended, specifically: The contractor shall maintain a designated complement of test equipment, including hand held digital readout tachometers, electrical simulation equipment, gages, dynometers, micrometers, depth gages, blanks, chain falls, etc. in the area offices; REFERENCE DOCUMENTS -The following documents or their subsequent revisions in effect at the time of award and/or option exercise, as well as applicable current instructions, general specifications, type plans, Naval Sea Systems Technical Manuals, and directives from the Naval Sea Systems Command or other accountable technical authority shall be used in the technical requirements. a. Military Standards and Federal Drawings; b. NAVSEA TMs AND NAVSEA STANDARD DRAWINGS; c. The contractor shall use ship's tag-out procedures in accordance with current regulations; d. In either case, the contractor's Quality Assurance Plan, once approved by the government, will become part of the contract. This contract does not obviate the contractor's compliance with federal, state, and local occupational safety, environmental, and health regulations. WORKMANSHIP AND INSPECTION -Unless otherwise specifically provided, all operational practices and all workmanship and material equipment and articles used the performance of work shall be in accordance with the rules and requirements of the American Bureau of Shipping, the US Coast Guard, and other professional engineering standards and exceed commercial marine practices, except where Navy specifications are specified, in which case Naval Standards of material and workmanship shall be followed. All materials and workmanship shall be subject to inspection and test at all times during performance to determine the quality and suitability for the purpose intended and compliance. In case any material or workmanship furnished by the contractor prior to acceptance is determined to be defective or not in accordance with the requirements, the government shall have the right to reject such material and workmanship, and to require its correction or replacement by the contractor at the contractor's cost, and expense. If the contractor fails to proceed promptly with the replacement or correction of such material or workmanship, as required by the Contracting Officer, the government may replace or correct such material or workmanship and charge to the contractor the excess cost occasioned the government thereby. The contractor shall provide and maintain an inspection system acceptable to the government covering the work specified. Records of all inspection work by the contractor are to be sent to the government during performance, and within a period of 30 calendar days after completion of the alteration; d. After making necessary repairs, the contractor shall reassemble machinery with new gaskets and lubricants where applicable. The contractor shall be responsible to provide gaskets, cylinder rings, seals, filters, expandable strainers and other items required for reassembly of machinery and systems. These parts will be identified in accordance with proposed technical orders and equipment technical manuals and drawings and current Planned Maintenance Standards; e. The contractor shall utilize the OEM technical representatives to assist in repair actions, as needed; f. No welder shall be permitted to work in connection with alteration to vessels unless, at the time, is qualified to the standards established by the US Coast Guard, American Bureau of Shipping, or the Department of the Navy for the type of welding being performed. No welder shall be permitted to work on production applications of welding other than those for which the welder is qualified; g. The contractor shall exercise reasonable care to protect the vessel or work site from fire, and shall maintain a reasonable system of inspections over the activities that are undertaken in the vicinity of the vessel magazines, fuel oil tanks, or storerooms containing flammable material if applicable; h. The work shall, whenever practicable, be performed in such a manner as to not interfere with the berthing and messing of civilian or military personnel attached to the vessel; i. The contractor at all times, shall keep the site of work on the vessel free from the accumulation of waste material or rubbish caused by contractor employees. The work site in the contractor's immediate vicinity shall be kept "broom clean" daily unless more exactly specified in each delivery order. Upon completion of work, the contractor shall remove all rubbish and excess materials from the site; and j. The contractor shall return affected spaces to a material condition equal to that prior to start of work. TOXIC/HAZARDOUS REQUIREMENTS -- The contractor shall comply with al federal, state, and local regulations regarding removal and disposal of work-generated toxic and hazardous waste. The contractor shall identify existing materials that are to be removed or disturbed during the work operations, contained in delivery orders, that may contain toxic or hazardous substance as listed in 29 CFR 1910. ENVIRONMENTAL TESTING -- The contractor shall provide the services of a Industrial Hygienist when environmental testing is required and written test results shall be submitted after sampling. QUALITY ASSURANCE -- The contractor shall have a viable quality assurance program that provides reasonable confidence, through inspections and documentation, that all work has been accomplished in accordance with specifications, approved drawings, and sketches, applicable Military Standards, and Specifications, and other directives. MATERIALS -- The contractor shall provide the personnel, equipment, and facilities necessary to provide materials in a timely manner to support government schedules. Unless provided as GFM, all material utilized in the maintenance and repair of auxiliary equipment will be procured via commercial sources. The Government reserves the request evidence and/or certificates that material meets or exceeds right to approve commercial source in advance and applicable OEM specifications on a case by case basis. PERIOD OF PERFORMANCE A contract awarded as a result of this solicitation shall be for a period not to exceed 60 months beginning with the date of award. Proposal Content -- Technical and Cost Proposal Contents: The offeror shall prepare a technical proposal that will define in detail the offeror's capabilities and approach to meeting the requirements. The narrative with the offeror's proposal must be written in a clear, concise fashion describing precisely what the offeror proposes to do to meet those requirements. The technical proposal should include, but is not limited to the following information: 1) General technical approach to meeting the requirements; 2) Relevant organizational experience; 3) Resumes of personnel; 4) Names and phone numbers of 3 references for whom similar work has been done. The offeror shall prepare a cost proposal that clearly indicates the proposed firm fixed price rates in order to meet the requirements. Clearly identify the period of time the rates are applicable (i.e., Award through 12/31/2002). Evaluation Criteria and Award: Each Offeror's proposal is evaluated according to the factors shown below. Factors A, B, C, and D are roughly equal to each other; factor E is less important. Sub-factors listed under each factor are of equal importance to each other. A. Technical Approach -- 1. Understanding of the work, including creativity and thoroughness shown in understanding the objectives and planned execution of the project. 2. Discussion of specific methods and techniques for completing each discrete task, to include such items as quality assurance, and customer-service. 3. Anticipation of potential problem areas, and creativity and feasibility of solutions to problems. 5. Quality of the Project Management Plan and allocation of personnel and resources. B. Past Performance -- 1. The organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. 2. The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and its clients. 3. The organization's specific past performance on prior similar efforts specified. C. Personnel Qualifications -- 1. The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects is meant to convey similarity in topic, dollar value, workload, duration, and complexity. 2. Quality and depth of education and experience on other projects which may not be similar enough to include in response to C.1. (immediately above) but may be relevant. 3. The currency, quality and depth of how the Project Director will supervise and coordinate the workforce. D. Organizational Experience -- 1. The degree of comparability of past projects to the current project, including number of projects, complexity, workload, and dollar amount. Supporting subcontractors, consultants and partners will be considered. 2. Appropriate mix and balance of education and training of team members. E. Cost. CONTRACT AWARD -- Contract award shall be made to the responsible Offeror(s) whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror(s). Questions will be received until 2:00pm Eastern Standard time, January 3, 2002 and answers will be provided by 2:00pm Eastern Standard Time, January 7, 2002. In order to compete under this solicitation, interested parties must submit their proposals no later than 4:00pm Eastern Standard Time, January 9, 2002. Receipt of proposals must be in an unbound original and one (1) copy and an electronic copy, not more than 50 pages in length, to Terrie Callahan, Contracting Officer, Department of the Interior, 381 Elden Street, MS2500, Herndon, VA 20170. Please reference the RFP in the subject line of your email.
- Record
- Loren Data Corp. 20020101/19SOL003.HTM (W-362 SN5160Y9)
| 19 - Ships, Small Craft, Pontoons and Floating Docks Index
|
Issue Index |
Created on December 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|