SOLICITATION NOTICE
W -- Floating Crane Services
- Notice Date
- 6/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604CRANE
- Response Due
- 6/11/2004
- Archive Date
- 7/11/2004
- Point of Contact
- Sandra Agbayani 808-473-7532 Alternative Contact Stephen Durrett 473-7566
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2001-22 & 23, Effective 05 May 2004 & Class Deviation 2004-o0001 Current to DCN 20040513 Edition. Floating Crane Services to include operator. Require a floating crane or barge with installed crane with a 20-40 ton lift capacity capable of being operated in approximately 12 feet of water (at minimum depth). Crane will be used to remove scrap metal/debris from sunken barges located in Keehi Lagoon, Hi as part of the RIMPAC salvage project sometime during the period of 30 June –16 July 2004 for a period of 5-7 consecutive days. Crane will operate during daylight hours (9 hour shifts from 0800-1700) and need to be moved once to the project site at Keehi Lagoon.. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation—Commercial Items applies. The Government intends to make a single a ward to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7036, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT – CCR. FAR 52.223-3 Hazardous Material Identification and Material Safety Sheet and DFAR 252.223-7001 Ha zard Warning Labels apply. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American – North American Free Trade Agreement Implementation Act – Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 4:00 p.m. HST, 11 June 2004. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860 Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to sandra.agbayani@navy.mil with cc copy to stephen.durrett@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00604/N00604CRANE/listing.html)
- Record
- SN00596671-F 20040605/040603212754 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |