SOLICITATION NOTICE
19 -- Boat Services
- Notice Date
- 2/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, Mississippi, 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-09-R-SE03
- Archive Date
- 2/27/2010
- Point of Contact
- Eric J Sogard,, Phone: 228-688-5980, Patricia A Lewis,, Phone: 228-688-5593
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-09-R-SE03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 05-29 and DFARS Change Notice 20090115. The NAICS code is 488390 with the associated small business size standard of $7,000,000.00. NRL has a requirement for: boat services for the MH-60R ARPDD (Automatic Radar Periscope Detection and Discrimination) Upgrade program’s shore test scheduled for August 2009 until March 2010. This large boat will be used by the program to deploy and retrieve large targets such as SPAR buoys, wave rider buoys and target buoys tethered to confusion targets such as 5 gallon paint can, 55 gallon drum and reflectors. The Government requires a ship to be available for the time-frame between 8/24/2009 through the end of February or early March 2010. Specific ship requirements and deployment details are available in the Statement of Work available at the hyperlink identified below. The Government is aware that during this timeframe the vessel may be used by the offeror for other previously scheduled and emergency deployments. Any such "other" deployments shall be coordinated between the Governments Technical Representative and the Contractor Point of Contact. Offerors daily bid rate shall be all inclusive. The rate shall include all sustenance and accommodation for specified deployment personnel, fuel and any ancillary fees such as port side loading equipment and other port and wharf fees. CLIN 0001 Data Collection Daily Rate (Lihue Airport Deployment): CLIN 0002 Data Collection Daily Rate (PMRF Deployment): CLIN 0003 Transit Daily rate: CLIN 0004 Down Day Daily rate: OPTION: CLIN 0005 OPNAV ZIRCON III Daily Rate: The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/09se03.htm The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. All offeror's shall provide physical access to the ship for inspection by a Government Representative. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications and pass the Government inspection. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6 Alt I, 52.219-8, 52.219-9, 52.219-16, 52.219-2852.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 52.232-36. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.203-7000, 252.219-7003, 252.219-7004, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 5 business days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Proposals may be transmitted by e-mail to sogard@nrlssc.navy.mil (primary) or plewis@nrlssc.navy.mil (alternate) in Microsoft compatible format. One signed copy shall be transmitted in.pdf format. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e66585dc8ecc4f231d2841b90cb58e0a&tab=core&_cview=1)
- Record
- SN01759189-W 20090301/090227221117-e66585dc8ecc4f231d2841b90cb58e0a (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 |