Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

19 -- New York, N.Y. Lease of Staff Boat for Liberty IV

Notice Date
6/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
P12PS22825
 
Response Due
7/3/2012
 
Archive Date
6/27/2013
 
Point of Contact
Yeny Reyes Contracting Officer 2123633206120 yeny_reyes@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
1. 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP) and the solicitation number is P12PS22825, NER-STLI-National Park Service, Statue of Liberty, Ellis Island, Jersey City, NJ, 07305-1776. Requires the following: Lease a passenger vessel. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This solicitation is being advertised as Unrestricted under NAICS 483212 - Island Water Passenger Transportation with a size Standard of 500 employees. The Standard Industrial Classification (SIC) is 1910. The U.S. Department of Labor Wage Determination Number: WD 05-2375 (Rev. 12), dated 6/19/2012, is applicable. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. 2. The Government intends to issue a contract to the responsible offeror whose total proposal represents the best value for the Government, price and other factors considered on a "low-price-technically-acceptable" basis. This contract will have a a firm-fixed price portion which will include a minimum guaranteed of 10 days and an IDIQ portion which is to include services of approximately 50 days. 3. The contractor shall provide sufficient documentation of satisfactory past performance on recent contracts preferably performed within the past three (3) years of similar scope, size and complexity as this one. Information on the references shall include name of the company, point of contact, phone number, description of the work provided, total amount of contract. Subsequent award will be based on a low price basis. Price will be evaluated in accordance with FAR 15.404-1. The following paragraphs are Supplementary Instructions to Offerors to be used in conjunction with the Instructions to Offerors provided in FAR 52.212-1, Instruction to Offerors. CONTENT OF PROPOSAL: a.The offeror shall submit the following information via email at yeny_reyes@nps.gov. b.Completed Bid schedule (attached) c.Line Item Summary- Offerors shall enter price(s) for each bid item listed in the Bid Schedule. Failure to bid on all items may result in the Bid being rejected as non-responsive. 3.Completed Section K - ORCA Representations and Certifications. Failure to submit the requested information for the Government may be cause for the rejection of the proposal. FORMAT FOR PROPOSALS: a. Electronic deliverables will be accepted. DELIVERY ADDRESS OF PROPOSALS: yeny_reyes@nps.gov STATEMENT OF WORK: Contractor shall provide shuttle services to transport passengers between Marine Inspection Office (MIO) in Lower Manhattan to Ellis Island and Liberty Island. Contractor shall supply a vessel that has the minimum capacity of 120 persons. Fuel, maintenance of vessel, a Captain, Deck Hand(s), and access ramps are included in this lease and are to be supplied by the leaser. The vessel shall be operated and staffed in accordance with USCG regulations. The vessel will be in service in the morning for five and a half (5-1/2) hours (0530-1100) and in the afternoon for four and a half (4-1/2) hours (1830-2230) for a total of ten (10) hours of service per day including transportation time and screening time. Vessel will require screening by the United States Park Police for both sessions. Operation schedule will be provided by the Government. Lease shall commence when Liberty IV is removed from service for dry docking for US Coast Guard structural inspection and vessel maintenance. FFP: Minimum lease: 10 days, 10 hours/day 5:30AM to 11:00AM and 6:30PM to 10:30PM IDIQ: Lease of vessel for up to 50 additional days. Term of contract: June 25, 2012 through September 30, 2012 BID SCHEDULE: LINE ITEM QTY UNIT PRICE TOTAL COST 0001(FIRM FIXED PRICE) 100 HRS/10 DAYS $___________ (HR)/$__________(DAY) $________________ (Minimum Garanteed amount) 0002(IDIQ) 500 HRS/50 DAYS $____________(HR)/$__________(DAY) $______________ (Provide services on an indefinite Delivery Indefinitely Quantity as needed basis). Hours/Days under the IDIQ portion of this contract is approximately 500 HRS/50 DAYS. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.225-13, The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 (Section K) Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); 52.246-4, Inspection of Services-Fixed Price; FAR 52.246-25, Limitation of Liability - Services; FAR 52.249-8, Default (Fixed-Price Supply and Service); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.222-3, Convict Labor; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.219-28 - Post-Award Small Business Program Rerepresentation; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.252-2, Clauses Incorporated by Reference. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 3 July 2012 by 12 noon. Submit offers or any questions to Yeny Reyes by email at yeny_reyes@nps.gov. (End)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22825/listing.html)
 
Place of Performance
Address: NER-STLI NATIONAL PARK SERVICE, STATUE OF LIBERTY N.M., ELLIS ISLAND, JERSEY CITY, NJ
Zip Code: 073051776
 
Record
SN02787491-W 20120629/120627235143-89fd0035ee79c0361cdb456bb58ebd1e (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.