MODIFICATION
J -- Voyage Repairs Fall 2012 - Training Ship Golden Bear - Solicitation 2
- Notice Date
- 8/1/2012
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
- ZIP Code
- 94105-1905
- Solicitation Number
- DTMA94Q20120028
- Point of Contact
- Patricia L. Etridge, Phone: (415) 744-2586
- E-Mail Address
-
patricia.etridge@dot.gov
(patricia.etridge@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- DTMA94Q20120028 000003 GOLDEN BEAR VOYAGE REPAIRS FALL 2012 Amendment 000003 provides changes to the Statement of Work. ********************************************************** Amendment 000002 provides response to vendor's request for clarification on the statement of work as follows: 1. QUESTION: Item 001 para 5.7 & 5.8 reach-rods referenced. Is there a count of reach-rods and will staging be required? RESPONSE: The specification is for 28 tanks so that would mean 28 reach rods. The specification is requires an inspection, cycling and repair of stuck linkages for each reach rod operator. In this case "repair of stuck linkages" refers to the basic application of penetrate and or lubricant to linkages while being cycled. As stated, any required repair beyond un-sticking linkages would be reflected in the referenced Condition Found Report and covered under a separate item. The requirements for staging would be unlikely under the basic specification, however, if needed would also be covered under a separate item. 2. QUESTION: On Item 002 the VFD's referenced in para 5.1 are obsolete according to the manufacturer. The replacement part numbers are as follows: P/N 131N4693 FC-102P55KT4P21H2XGCXXXSXXXXAXBXCXXXXDX 55 KW/ 75 HP, 380-40 VAC, THREE PHASE AND P/N 131G8601 FC-102P37KT4P21H2XGCXXXSXXXXAXBXCXXXXDX 37 KW / 50 HP, 380-480 VAC, THREE PHASE Are these parts above acceptable? Also, is the Contractor installing and hooking up the VPD's in the engine room? RESPONSE: The original specification referenced new variable frequency drives, "to meet the requirement of drop-in replacement for the following, save that the drive shall be provided in a NEMA 3R enclosure rather than NEMA 1". We have since amended this for NEMA 12 enclosures to be provided. Our conversations with the manufacturer assures us that NEMA 12 drop-in replacements do exist. The two listed need to be NEMA 12 drop-in replacements. All other terms and conditions remain unchanged. *********************************************************** Amendment 000001 answers a vendor's question, corrects the SOW, and confirms the correct closing date as follows: 1. QUESTION: What is the size of the existing NEMA 1 frequency drive enclosures that are in the engine room reference Item 002 paragraph 5.1? ANSWER: The dimensions for the ASW VFD Drive are: 29.75" High 12.125" Wide 11.5" Deep The dimensions for the MSW VFD Drive are: 34" High 12" Wide 11.5" Deep 2. The Statement of Work (SOW) in CLIN 002 VARIABLE FREQUENCY DRIVE REPLACEMENT, Paragraph 5.1 is changed reflect our requirement for NEMA 12 enclosures instead of the previously requested NEMA 3R enclosures. Revised enclosure ATT3 SOW DTMA94Q20120028 dtd 07192012 is attached. 3. The close of Solicitation DTMA4Q20120028 extended to 8/3/2012 at 3PM PT. All other terms and conditions remain unchanged. ***************************************************** The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for TS Golden Bear for Ship Repair Services to include Tank Inspection & Industrial Support and Variable Frequency Drive Replacement. The requested period of performance for the above service is 90 days starting on or about August 15, 2012. Proposed ship check is scheduled for Monday, 7/30/12. Solicitation DTMA4Q20120028 closes 8/3/2012 at 3PM PT. 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. NAICS code 336611 applies. This is NOT a small business set-aside. 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 05-58 dated May 28, 2012. GENERAL REQUIREMENTS: 1-- INSTRUCTIONS TO OFFERORS a) This solicitation is issued in accordance with FAR Part 12, Commercial Items for Vessel Repairs on the Training Ship the Golden Bear. The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for TS Golden Bear for Ship Repair Services. The proposed contract will be performed while the vessel is located at Vallejo, California, at the foot of 200 Maritime Academy Drive. 2-- INSTRUCTIONS TO OFFERORS - submittal required with quote The following information is required from Offerors and must be submitted with your quote: A. PRICE - Individual prices for all items listed in the schedule, summed to establish a Total Price. B. PAST PERFORMANCE - Offerors shall provide a list of all contracts (Not to exceed three), commercial and/or government performed within the last 3 years for work similar to the instant procurement, including a brief summary, original contract dollar value, completed period of performance, and customer point of contract (address, telephone number and e-mail). C. TECHNICAL PROPOSAL - Offerors shall provide a narrative explaining the technical approach to completing the work (not to exceed three typewritten pages), specifically explaining the work sequencing logic and how the approach will optimize the performance and reliability of the vessel's automation system upgrades. Offerors will also provide copy of the resumes of proposed experts/technical representatives. 3-- EVALUATION FACTORS FOR AWARD The following two non-price factors, listed below in order of importance, and the cost factor shall be used to evaluate offers: FACTOR 1 - PAST PERFORMANCE The government will assess the relevance of the contract(s) or subcontract(s) performed in the last three years which required work similar in size and scope to the work described in the Statement of Work (SOW). FACTOR 2 - TECHNICAL CAPABILITY In this instance, all non-price factors, which are listed in the order of importance, essentially relate to a "pass/fail" consideration and all proposed offers that are technically acceptable and include an acceptable past performance "pass." These offers are then compared in order to determine the lowest price based on the total of all Line Items including all Option Items which will be the proposal that is selected for award. Within the technical evaluation factor, the offeror will also be evaluated based upon the brand name or equal sub-factor. 4-- EVALUATION CRITERIA The Government will evaluate bids in response to the solicitation without discussion and will award a contract to the technically responsive bidder whose bid, conforming to the solicitation will be most advantageous to the Government will be considering the total price of all line items. The Government will evaluate all non-price factors as pass/fail, and if all non-price factors pass the quote is technically acceptable. All quotes are compared in order to determine the lowest price, which will be the quote that is selected for award. The Government will evaluate the lowest price bid by taking the total of Contract Line items to include all Option items. Option items will be awarded based on availability of funds. 5-- SITE VISIT/SHIP CHECK - A pre-solicitation ship check is scheduled for Monday July 30, 2012 at 9 AM pier-side on board the vessel located in Vallejo, CA. Interested parties please contact Sujit Mukherjee, Contracting Officer Representative via email at sujit.mukherjee@dot.gov or by calling 415-744-0273. The Solicitation DTMA4Q20120028 closes on Friday, 8/3/2012 at 4PM. 6-- QUOTE SUBMITTAL - This solicitation allows quotes to be transmitted by email. All email bids shall be addressed to Patricia Etridge, Contracting Officer at patricia.etridge@dot.gov. In accordance with FAR 52-216-1, bids must be received by the Contracting Officer, including any amendments and revisions and all evaluation factors required above by the time specified in the solicitation. 7-- REPS AND CERTS - The FAR requires that offerors provide Reps & Certs at least annually via ORCA. Reference FAR 52.212-03 for further instructions. The link to ORCA is http://orca.bpn.gov.5 8 -- DEPT OF LABOR WAGE DETERMINATION - SOLANO COUNTY CA WD 05-2069 (Rev.-12) was first posted on www.wdol.gov on 06/19/2012 is included in the statement of work. ATTACHMENT 1: REQUEST FOR QUOTE FORM ATTACHMENT 2: QUOTE SHEET ATTACHMENT 3: STATEMENT OF WORK ATTACHMENT 4: TERMS AND CONDITIONS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20120028/listing.html)
- Place of Performance
- Address: CALIFORNIA MARITIME ACADEMY DRIVE, VALLEJO, California, 94590, United States
- Zip Code: 94590
- Zip Code: 94590
- Record
- SN02822519-W 20120803/120801235212-af009777c27d0bf0c74697459802e0ee (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 |