MODIFICATION
20 -- USNS MCLEAN Deperm
- Notice Date
- 3/28/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-R-3013
- Archive Date
- 4/17/2012
- Point of Contact
- Donnie S. Leger, Phone: 7574435900
- E-Mail Address
-
donnie.leger@navy.mil
(donnie.leger@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 N40442-12-R-3013 and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective 15 March 2012. NAICS code 237990 applies. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price contract for USNS WILLIAM MCLEAN for the following services: This procurement will be conducted with full and open competition. The requested period of performance for the below service is 16 APRIL - 20 April 2012. Place of performance is Lamberts Point Deperming Facility (Elizabeth River). STATEMENT OF WORK: 1.0 ABSTRACT 1.1 This item provides labor and support to perform the wrapping and unwrapping of the ship with deperming cables. 2.0 REFERENCES/ENCLOSURES: None. 3.0 ITEM LOCATION/DESCRIPTION 3.1 LOCATION: Lamberts Point Deperming Facility 3.2 QUANTITY: See "Statement of Work" 3.3 DESCRIPTION: See "Statement of Work" 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 GOVERNMENT FURNISHED EQUIPMENT: None. 4.2 GOVERNMENT FURNISHED MATERIAL: None. 4.3 GOVERNMENT FURNISHED SERVICES: 4.3.1 A public toilet in the Helo Hanger will be made available for use. 4.3.2 The hanger deck will be provided as a place for the laborers to congregate, muster and warm themselves. 5.0 NOTES 5.1 Performance Period: 16 through 20 April 2012 5.2 Performance Location: Lamberts Point Deperming Facility (middle of the Elizabeth River) 5.3 Provide an Access list of all personnel boarding the ship. The list shall include the following:  Persons Full Name  Social Security Number or/passport or/ naturalization number  Place of Birth  Date of Birth 5.3.1 The Access list shall be:  Faxed to Lamberts Point Deperming Facility (757) 396-2740  E-Mailed to Nikia Rorie Address: nikia.rorie.ctr@navy.mil Ph: (757)443-0932 5.3.2 All Access List Questions shall be directed to MSC contracting officer 5.3.3 The Access List shall be provided 10 days in advance of start of performance period. 5.4 All persons shall have suitable clothing to protect them from the elements. 5.5 The contractor shall ensure all labors arrive on the ship with the proper protective equipment including:  Steel toe shoes  White disposable coveralls  Gloves  Life jackets  Safety harness for personnel assigned to rigging superstructure  Hard Hats 5.6 The contractor will NOT be required to be at the Lamberts Point Deperming Facility for the two (2) days that the deperming cables are energized (anticipated to be 18 and 19 April 12). 5.7 Contractor's access to the ship will be restricted to only those areas requiring access to perform work. 5.8 Contractors may be searched at the Quarter deck as they come aboard and leave the ship. 6.0 QUALITY ASSURANCE REQUIREMENTS: None. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide one-hundred (100) laborers to pull deperming cables around ship.  The cables are to be hand lifted from water level up to as high as the 07 level. (112 ft above the water).  Max Cable length 630 ft  Cable weight 2.2 lbs/ft  Cables are 1-1/2 to 2" in diameter  Work will be outdoors on ship in the middle of the Elizabeth River. The Outdoor temperature may be cold.  Work will be physically exerting.  Work will be dirty.  Estimate two days to wrap the ship.  Estimate one day to unwrap the ship.  A total of seventy (70) deperming cables will be required to wrap the ship 7.2 Provide management and supervision to perform the following:  Muster all laborers on and off the ship.  Direct labor parties to pull cables.  Coordinate work with ship's force/Port Engineer.  Coordinate work with Lambert's Point Deperming Facility Personnel.  Direct laborer on and off of launches.  Ensure laborers arrive on time.  Coordinate rotating shifts with laborers to allow use of restrooms, warming, and lunch.  Ensure all laborers have departed at the end of the day. 7.2.1 There shall be at least one supervisor or leadsman for every 20 people. 7.2.2 There shall be one main manager assigned to interface with Ship's Force and the Port Engineer. 7.3 Provide laborers with box lunches and drinks. The Contractor shall be responsible to ensure the contractors are properly hydrated and fed. 7.4 Provide Launch Services to transport laborers to and from the ship located at Lamberts Point Deperming facility. 7.4.1 The launches shall arrive at approx. 0800 Hrs each morning. 7.4.2 The launch shall depart the Lamberts Point Deperming Facility while it is still daylight. 7.4.3 Multiple launch runs may be required. 7.4.4 Possible sources for launch service: Jack's Launch Service 1525 Bayville St. Norfolk, VA POC Mr. Jack Stevens Tel - (757) 496-9194 & (757) 622-0243 Fax - (757) 487-9134 Email jackslaunchservice@exis.net Tom Van Benschoten Rover Marine P.O. Box 3125 Norfolk, VA 23514 American Rover Tall Ship Cruises 757-627-7245 www.americanrover.com Victory Rover Naval Base Cruises 757-627-7406 www.navalbasecruises.com Waterside Marina 757-625-3625 www.watersidemarina.com 7.5 Preparation of Drawings: None. 7.6 Manufacturer's Representative: None. 8.0 GENERAL REQUIREMENTS: None additional. 52.212-1 Addendum Instructions to Offerors - Commercial Items PRICE PROPOSAL: Contractor must provide a copy of published hourly/daily rates for documentation. Labor Rates: tiny_mce_marker_______ straight time X (number of hours) _______; tiny_mce_marker______ overtime X number of hours) __________; tiny_mce_marker_________ double or holiday X (number of hours) ________. Material: tiny_mce_marker____________ ODC: tiny_mce_marker______________ Subcontractor: tiny_mce_marker___________ Travel Air Fare tiny_mce_marker_________ Car Rental tiny_mce_marker_________ Hotel tiny_mce_marker_________ Per Diem rate tiny_mce_marker_________ Only with Contracting Officer approval to proceed will a contractor, technical representative, or subcontractor be reimbursed for reasonable per diem cost (transportation, travel expenses, lodging, meals, and incidental expenses) required in connection with the associated change order. Per Diem costs are considered reasonable, allowable and reimbursable only to the extent that they do not exceed the allowed per diem rate in effect at the time of travel as set forth in the Federal Travel Regulations, Joint Travel Regulations, or Standardized Regulations as set forth in FAR 31.205-46 Firm Fixed Price Total (includes all charges): tiny_mce_marker__________________. TECHNICAL PROPOSAL: Offeror must submit, in detail, a technical understanding of the overall scope of work and the plan to accomplish that work. Technical understanding includes the following: Identifying potential problem areas in accomplishing the work requirements, e.g., Long Lead Time Material, open and inspect items, etc, and propose solutions to those problems; demonstrate an understanding of the engineering support requirements (e.g., work drawings, tech/system manuals). PAST PERFORMANCE PROPOSAL: Offeror must submit, in detail, recent and relevant past performance documentation. Recent is defined as contract completion within the last three (3) years. Relevant is a measure of the extent of similarity between the service/support effort, complexity, dollar value, contract type, and the subcontract/teaming or other comparable attributes of past performance examples and the source solicitation requirements; and a measure of the likelihood that the past performance is an indicator of future performance. PRICE EVALUATION The Lowest Price Technically Acceptable (LPTA) procedure is applied to known, firm requirements, usually readily available in the commercial marketplace where a fair and reasonable price determination is based on adequate price competition. Therefore, price analysis per FAR 15.404-1(b) will normally be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offeror. Although in exceptional cases when the determination of fair and reasonable price requires additional information, the PCO may conduct a cost analysis per FAR 15.404-1(c) to support the determination of whether the proposed price is fair and reasonable. 52.212-2 Addendum Evaluation - Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, LPTA, and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.209-2 Prohibition on Contracting with Inverted Corporations-Representation 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.215-5 Facsimile Proposals: (757) 443-5982 52.219-8 Utilization of Small Business Concerns 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from N103, Attn: Ricky Jennings, 471 C Street, Building SP 64/2, Norfolk Naval Base, Breezy Point, Norfolk, VA 23511-2419. Interested parties may request an independent review of the protest as an alternative to consideration by the Contracting Officer or as an appeal to Contracting Officer's decision on their protest. See FAR 33.103. Request for independent review shall be addressed to the Director, Contracts and Acquisition Department, Code N10, Military Sealift Command (MSC). 471 C Street, Norfolk, VA 23511-2419. MSFSC encourages potential protestors to discuss their concerns with the Contracting Officer prior to a final protest. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and (D) Have [ballot], have not [ballot], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) Addendum to 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS Insurance: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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 this/these address(es): http://www.arnet.gov/far PERIOD OF PERFORMANCE (if other than requested): Responsible sources shall provide the following: 1. Price proposal which identifies the requested item(s), unit price, and extended price 2. Total price 3. Technical and Past Performance Proposals 4. Submit a complete set of certs/reps, including 52.212-3 Alt 1, 252.225-7000, 252.212-7000 or via ORCA with a statement that they have been completed. 5. Prompt Payment Terms 6. Remittance address, Tax Identification Number, DUNS number and Cage Code 7. Responses to this solicitation are due 02 April, 2012 at 1000 local time, Norfolk, VA. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. Proposals may be emailed to Donnie.Leger@navy.mil or mailed to Commander, Military Sealift Command, Attn: Donnie Leger, BLDG SP64, 471 E. C St., Norfolk Naval Station, Norfolk, VA 23511. Please reference the solicitation number on your Proposal. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-R-3013/listing.html)
- Place of Performance
- Address: Lamberts Point Deperming Facility, Norfolk, Virginia, United States
- Record
- SN02708030-W 20120330/120328235632-67de3342d43ed64a243ed49a3dc1fb17 (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 |