Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2008 FBO #2450
SOLICITATION NOTICE

R -- Two (2) Temporary Assistant Master Pilots

Notice Date
8/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-08-Q-0017
 
Response Due
8/13/2008
 
Archive Date
10/12/2008
 
Point of Contact
Celestine Evans, 901-544-3184<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented 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 number is W912EQ-08-Q-0017 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 05-2495 (Rev.-9). This acquisition is 100% set-aside for small business. The associated NAICS code is 561320 with a size standard of $12.5M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. See Statement of Work below. Resumes can be provided if necessary. Scope. The incumbent must have, at minimum, the following US Coast Guard licenses to meet the vessels Certificate of Inspection [COI]: Mate or Master of Any Gross Tons upon the Western Rivers, Pilot or Master of Towing Vessels upon the Western Rivers, and First Class Pilot license below mile 234 Lower Mississippi River. Under this task order, the contractor will independently provide USCG licensed pilot(s) of inspected and un-inspected vessels that must have vast experience piloting large towboats and heavy tows on the Mississippi River from St. Paul, MN to the Head of Passes [mile 0 LMR]. The Assistant Master/Pilot position is responsible for pilothouse oversight of deck work/tow work ongoing during their navigational watch. The employee(s) provided for the position of Assistant Master/Pilot must satisfy the overall operational objectives of the M/V Mississippi, U.S. Army Corps of Engineers, Memphis District. The primary objective is to provide contractor services and deliverables through the performance of Assistant Master/Pilot(s) who are experienced in the safe navigation of large vessels with heavy tows on the rivers and waterways in which the vessel operates. Organization. U.S. Army Corps of Engineers, Memphis District [CEMVM-OD-PRM] Operations Division; Physical Support Branch; Revetment Section; M/V Mississippi Tasks/Services. " Provide experienced Assistant Master/Pilot(s), who meet the minimum USCG license requirements in accordance of the vessels COI. The Assistant Master/Pilot(s) must pilot a large vessel with 25- 30 barges on the waterways previously mentioned. Deliverables. Provide specific deliverables that will result from the tasks to be performed and the associated dates that they are due. Examples are: "Safely navigate the vessel, with a heavy tow, on the previously mentioned waterways and provide pilothouse oversight of deck/tow work ongoing during their navigational watch. Certifications, License, Physical Requirements or Other Expertise Required. USCG licenses previously cited on this document Period of Performance. Estimated dates of July 30, 2008 to sometime in mid November 2008 Place of Performance. M/V Mississippi The work will be performed in the pilothouse of the vessel on the following waterway route: the Mississippi River from St. Paul, MN to the Head of Passes [mile 0 LMR]. Operational Hours. 12 hours per day. The vessel operates 24 hours per day with 2 pilots working rotating 6 hour on/ 6 hour off shifts. Overtime. Not Applicable! Safety Issues. The work described herein is primarily performed in the pilothouse of a large inspected towboat on the previously mentioned waterways. The work is sedentary in nature. Hazards include occasional danger of falling overboard, falls on slippery decks and/or climbing steep stairways on board a vessel. Government-Furnished Equipment, Badge, Keys and/or Facilities Provided Security Clearance/Police Check/Driving Record Check. Must satisfactorily complete organization security background check prior to employment. Reimbursable Expenses (Travel, Conference, Training, Equipment or Materials, Etc.). N/A "Task Type. N/A International Services (only include if applicable). Self-explanatory QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) to be provided prior to award. CONTRACT CLAUSES Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 13 Aug 2008 no later than 2:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-08-Q-0017 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email address celestine.g.evans@usace.army.mil. Alternate POC is Priscilla Sweeney, priscilla.g.sweeney@usace.army.mil, 901-544-0770. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe15ac6f778fd5fa0c50eb5c2f70b9d6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
Zip Code: 38103-1894<br />
 
Record
SN01636080-W 20080811/080810210024-fe15ac6f778fd5fa0c50eb5c2f70b9d6 (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.