Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOLICITATION NOTICE

V -- Bakewell Tug Support

Notice Date
5/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Tongass National Forest, Federal Building, 648 Mission St. Acquisition Management, Ketchikan, AK, 99901, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-AG-0114-S-07-0019
 
Response Due
6/4/2007
 
Archive Date
6/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items (non-personal services), prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ-AG-0114-S-07-0019. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 483211, with a small business size standard of 500. Contractor shall quote the following CLIN: NOTE: Offerers must provide an offer for: Tug and Barge Service (KTN to Bakewell Arm) 1 JB $___________________ NOTES (Additional Terms & Conditions): Charges for additional services, not approved in advanced by the Contracting Officer, shall be at the Contractors expense. CLAUSES FAR 52.212-1, Instructions to Quoters-- Commercial Items (Jan 2004), applies to the acquisition. In addition to written quotes, quoters are instructed to provide recommendations from previous customers with a point of contact and phone number describing qualifications to perform requirements listed above, and product literature if quoting an equal product. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest priced and conformity to schedule. The quoter must have completed Online Representations and Certifications Application (ORCA), provision located at FAR 52.212-3, Quoter Representations and Certifications -- Commercial Items (May 2004). The website address is https://orca.bpn.gov/ FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2006). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (23), (26), (31). The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.252-2, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.222-41, service Contract Act of 1965, as Amended (JUL 2005); 52.232-25, Prompt Payment (OCT 2003); 52.232-36, Payment by Third Party (May 1999); 52.233-1, Disputes (JULY 2002); 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price; 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short From) (APR 1984). (End of clause) REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | Wage Determination No.: 1994-0196 William W.Gross Division of | Revision No.: 17 Director Wage Determinations| Date Of Last Revision: 05/24/2006 Nationwide: Applicable on the East, Gulf, and West coasts, and Hawaii. **Fringe Benefits Required Follow the Occupational Listing** Employed on contracts for special projects vessels, tugboats and other coastal vessels. OCCUPATION CODE - TITLE MINIMUM WAGE RATE (not set) - Captain, Harbor Tug - 217.32 Daily (not set) - Deckhand, Harbor Tug - 136.20 Daily (not set) - Engineer, Harbor Tug - 182.02 Daily 47010 ? Boatswain - 228.50 Daily 47042 - Able Seaman, Maintenance - 171.80 Daily 47043 - Able Seaman, Day/Deck Utility - 153.90 Daily 47044 - Ordinary Seaman -120.27 Daily 47101 - Chief Electrician - 244.49 Daily 47102 - Electrician/Second Electrician - 224.27 Daily 47130 - Engine Utilityman - 177.64 Daily 47190 - Oiler/Diesel Oiler -177.64 Daily 47280 - Unlicensed Junior Engineer/Qualified Mmbr-Eng. Depart. -196.32 Daily 47310 - Wiper -142.97 Daily 47340 - Chief Steward - 205.10 Daily 47341 - Chief Cook - 179.62 Daily 47400 - Steward Assistant - 119.34 Daily 47490 - General Vessel Assistant - 142.97 Daily Daily rate cannot be computed to an hourly rate. The term "service employee" does not include any employee who qualifies as an executive, administrative, or professional employee as those terms are identified in Regulations, Part 541, issued under the Fair Standard Act. (See CFR, Part 541.) ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $3.01 per hour computed on the basis of all hours worked by service employees employed on the contract. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** NOTES APPLYING TO THIS WAGE DETERMINATION ** Under the policy and guidance contained in All Agency Memorandum No. 159, the Wage and Hour Division does not recognize, for section 4(c) purposes, prospective wage rates and fringe benefit provisions that are effective only upon such contingencies as "approval of Wage and Hour, issuance of a wage determination, incorporation of the wage determination in the contract, adjusting the contract price, etc." (The relevant CBA section) in the collective bargaining agreement between (the parties) contains contingency language that Wage and Hour does not recognize as reflecting "arm's length negotiation" under section 4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage determination therefore reflects the actual CBA wage rates and fringe benefits paid under the predecessor contract. Source of Occupational Title and Descriptions: The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contracting officer. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Captain, Harbor Tug Qualified tug master and operator in charge of the tugboat, its personnel, its operation and maintenance. The Captain is a radio operator, understands and operates radar and other navigational aids used in conjunction with tug-ship operations and tug-barge operations bother harbor and ocean. This person must also be qualified in administrative ship business and overall charge of maintenance of the vessel. Must hold appropriate Coast Guard documentation/license. Deckhand, Harbor Tug Qualified seaman capable of performing all duties related to tugboat servicing ships and barges both in the harbor and at sea. Must hold appropriate Coast Guard documentation/license. Engineer, Harbor Tug Qualified engineer in the operation, the maintenance, both corrective and preventative, and overall supervisor in the proper operation and maintenance of all machinery, both main and auxiliary and electrical and other mechanical gear aboard the tugboat. Also must have administrative ability to keep records and maintain the inventory of parts, tools, fuel, etc. Must hold appropriate Coast Guard documentation/license. STATEMENT OF WORK: 1. PURPOSE: The purpose of this contract is for Barge and Tug Support for the movement of supplies and equipment for the USDA Forest Service. The project area is located at Bakewell Lake on Rivillagigedo Island, Ketchikan Borough, Southeast Alaska. The location is accessible through the mainland south of Bakewell Arm of Smeaton Bay. The estimated price range for this acquisition is <$25,000 dollars. The performance period is June 18-22, 2007. Potential offerors are requested to obtain the solicitation from the Internet if at all possible. Alternatively, a hard copy of the solicitation documents may be requested via fax at 907.747.4289. Fax requests should reference solicitation RFQ-AG-0114-S-07-0019. Telephone requests will not be honored. Offers will be due approximately 14 calendar days after this combined synopsis/solicitation issue date. 2. SCOPE OF WORK: The contractor shall provide all necessary labor, equipment and supervision to perform the barge and tug towing operation. The work required under this project is to transport all the Bakewell Lake project supplies and material from Ketchikan to Bakewell Arm located approximately 45 miles east of Ketchikan, Alaska. GOVERNMENT FURNISHED MATERIALS: NONE PROJECT LOCATION: Located 40 air miles east of Ketchikan on the mainland south of Bakewell Arm of Smeaton Bay. Located 40 air miles east of Ketchikan on the mainland south of Bakewell Arm of Smeaton Bay, elev. 168'. 3. SPECIFIC TASKS: The services shall include the following: 3.1) The use of the barge and tug the week of June 18-22, 2007. 3.2) The use of the barge and tug support will be dependent on the prevailing weather conditions. If the weather does not allow for the barge support the week of June 18th, then all activities will be delayed until the following week of June 25, 2007. 3.3) The tug/barge is expected to be in use for a period of three days, that includes one day to load supplies in Ketchikan, two days to travel to Bakewell Arm, unload material and return travel back to Ketchikan. 3.4) The tug/barge equipment should be 100 feet in length, and 30 feet in width to support the amount of supplies and materials to be moved. 3.5) All the project materials will be loaded by USDA Forest Service Personnel in Ketchikan. The project materials will be packaged by USDA Forest Service Personnel in either helicopter bags or rigged to be slung into Bakewell Lake. 3.6) The barge should be able to handle helo operations from the deck, so material can be lifted by a different contractor with a 214 and a MD-500 Temesco Helicopter. 4. EVALUATION FACTORS FOR AWARD: The following factors will be evaluated to determine best value for contract award: 4.1. Price 4.2. Schedule The USDA is an equal opportunity provider and employer.
 
Place of Performance
Address: Ketchikan, Alaska
Zip Code: 99901
Country: UNITED STATES
 
Record
SN01299173-W 20070523/070521220152 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.