SOLICITATION NOTICE
J -- T.S. STATE OF MAINE - Engine Automation System Testing - ATTACHMENT 1
- Notice Date
- 2/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
- ZIP Code
- 23505
- Solicitation Number
- DTMA-92-Q-2012-0020
- Archive Date
- 3/21/2012
- Point of Contact
- Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
- E-Mail Address
-
monique.leake@dot.gov, melinda.simmons-healy@dot.gov
(monique.leake@dot.gov, melinda.simmons-healy@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective February 2, 2012. NAICS code 336611 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for Training Ship STATE OF MAINE for the following services: DESCRIPTION: The Contractor will provide required labor and materials required to perform, as directed by the Chief Engineer, various testing, tuning, troubleshooting and repair of the ship's GE FANUC/Simplicity Engine Automation System. The Training Ship State of Maine is berthed at her pier at the Maine Maritime Academy, Water Street, Castine, ME 04420. Performance of work will commence immediately after award with completion prior to April 1, 2012. ITEM 0001- Testing, Tuning, Troubleshooting and Repair: The Contractor shall perform, as directed by the Chief Engineer, various testing, troubleshooting, tuning and repair of the ship's GE FANUC/Simplicity Engine Automation System associated with the following: A) Automatic controls, indications and alarms for the main engine and electric propulsion systems. •B. B) Automatic controls, indications and alarms for the auxiliary boilers (both fuel oil fired and waste heat). •C. C) Automatic controls, indications and alarms for the ship's service diesel generators and emergency diesel generator. •D. D) Automatic controls, indications and alarms of various auxiliary machinery. For quoting purposes, the Contractor shall quote this ITEM as providing (4) four, (10) ten hour days of work onboard the ship plus (2) two days of travel (one day up and one day back). Any labor hours required beyond the scope of this ITEM shall be in accordance with ITEM 0003 - Supplemental Labor, described below. ITEM 0002 - Travel, Hotel and Per Diem: The contractor's travel, hotel and per diem shall be billed at cost up to the maximum allowable US Government rates. For quoting purposes, the Contractor shall provide an estimate on the total cost for travel, hotel and per diem to accomplish ITEM 0001 above. This cost shall not exceed $3,000.00 without prior authorization via a change order issued by the Contracting Officer (CO) or Contracting Officer's Technical Representative (COTR). ITEM 0003 - Supplemental Labor: Supplemental labor, if necessary, shall only be authorized via a change order issued by the Contracting Officer (CO) or Contracting Officer's Technical Representative (COTR). For quoting purposes, the Contractor shall quote this ITEM as providing up to 20 hours (two, ten hour days) of additional labor, if authorized. ITEM 0004 - Supplemental Material: Supplemental materials, if required, shall only be authorized via a change order issued by the Contracting Officer (CO) or Contracting Officer's Technical Representative (COTR). The Contractor shall be prepared to provide up to $10,000 in materials, if authorized. ITEM 0005 (Option) - Remote Troubleshooting and Repair: In the event that additional troubleshooting and repair is required at a later date and it is believed that the work can be accomplished through a remote internet connection (such as LogMeIn.com), the Government may elect to exercise this Optional ITEM. For quoting purposes, the Contractor shall quote a price to provide the services of one of their technicians, for a (4) four hour block of time, to remotely access the TS State of Maine's Automation System and perform various troubleshooting and repair to the system. The authorization and annual cost of the LogMeIn.com service shall be borne by the Government. The following FAR, Transportation Acquisition Manual (TAM), and MARAD local provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.215-5 Facsimile Proposals: (757) 322-5858 52.223-18 Contractor Policy to Ban Text Messaging While Driving Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm 1252.223-73 Seat Belt Use Policies and Programs U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm MCL.L-2 Agency Protests INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-160 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169 Responsible sources shall provide the following: •1. Price quote which identifies the requested item(s), unit price, and extended price (See Attachment 1) •2. Total price •3. Prompt Payment Terms •4. Remittance address, Tax Identification Number, DUNS number References of related services done within the past 5-years •5. Responses to this solicitation are due March 6, 2012 at 1:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Monique.Leake@dot.gov or faxed to 757-322-5858 Attn: Monique Leake. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2012-0020/listing.html)
- Place of Performance
- Address: T.S. STATE OF MAINE, 1 Water Street, Castine, Maine, 04220-5000, United States
- Zip Code: 04220-5000
- Zip Code: 04220-5000
- Record
- SN02681673-W 20120225/120223235046-b857365559136a0f855940def46e2596 (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 |