SOLICITATION NOTICE
J -- Top End Overhauls on SSDG #1 and SSDG #2 Diesel Engines (3512) on board the NOAA Ship Henry B. Bigelow - Statement of Work
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA-133M-12-RQ-1128
- Archive Date
- 9/21/2012
- Point of Contact
- Robin Resweber, Phone: 757-441-3182, Janie M Laferty, Phone: 757-441-6875
- E-Mail Address
-
robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov
(robin.resweber@noaa.gov, Janie.M.Laferty@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Labor, Wage Determination 2005-2543 Rev #14, dated June 13, 2012 Statement of Word, 'SSDG 2nd Diesel Engine Top End Overhauls (3512)', dated June 2012 PERFORM TOP END OVERHAULS ON SSDG # 1 AND SSDG #2 DIESEL ENGINES ON BOARD THE NOAA SHIPS HENRY B. BIGELOW NOTICE DATE: AUGUST 20, 2012 Notice Type: Request for Quotes NAICS: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contracting Office: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Regional Acquisition, 200 Granby Street, Suite 815, Norfolk, VA 23510 Solicitation Number: EA-133M-12-RQ-1128 Response Due: September 6, 2012, 12:00 p.m. EDT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EA-133M-12-RQ-1128. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-59 dated May 12, 2012. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is 100 percent set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 811310, which has a corresponding size standard of average annual receipts of $7.0 million. The National Oceanic Atmospheric Administration (NOAA), Eastern Regional Acquisition, 200 Granby Street, Suite 815, Norfolk, VA 23510 has a requirement for top end overhauls to the SSDG # 1 and SSDG# 2 engines on board the NOAA Ships HENRY B. BIGELOW, Newport Naval Station - Pier 2, Newport, RI 02841. Item 0001, Provide all labor, equipment, and material in accordance with the attached Statement of Work, "SSDG 2nd Diesel Engine Top End Overhauls (3512)", dated June 2012, 1 Job $ ______________ Item 0003, Additional item Requirements (AIRs)/Growth Labor Rate per hour for an estimated 100 hours, $ ______________ 0003, Additional item Requirements (AIRs)/Growth Material Markup/Handling Fee, for an estimated $2,500.00, ___________% The detailed Statement of Work entitled, "SSDG 2nd Diesel Engine Top End Overhauls (3512)", dated June 2012 is hereby incorporated by reference and provided as an attachment to this RFQ. Reference documents are available upon request to the Port Engineer, Mr. Ken Marston at (508) 495-2347 or Kenneth.D.Marston@noaa.gov. The total period of performance for all work specified in the Statement of Work is December 10, 2012 through January 15, 2013. All work is to be completed at Marine Operations Center - Atlantic, 439 West Street, Norfolk, VA 23510. All work shall be accomplished by an authorized manufacturer's certified technician. Vendor shall submit copies of the technician's certification with their quote. A ship inspection will be held on August 29, 2012 in Newport, RI. Arrangements to attend the ship inspection must be made with the Port Engineer, Mr. Ken Marston at (508) 495-2347 or Kenneth.D.Marston@noaa.gov. Vendors are required to submit a signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2012) (attached) with their quote. Department of Labor Wage Determination 2005-2543, Rev. 14 dated June 13, 2012 is hereby incorporated. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.246-70 Place of Acceptance (APR 2010) {Fill-in paragraph "b": Marine Operations Center - Atlantic, 439 West York Street, Norfolk, VA 23510} CAR 1352.270-70 Period of Performance (APR 2010) {Fill-in paragraph "a": December 10, 2012 through January 14, 2013; paragraph "b" does not apply.} CAR 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) {Fill-in paragraph "a": to be provided at the time of award.} The following clauses are provided in full text: CAR 1352.271-72 Additional Item Requirements (AIRs) - Growth Work (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) and (c) are applicable to this acquisition: (b) (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (11) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) (13) 52.219-8, Utilization of Small Business Concerns, (NOV 2011) (15) 52.219-14, Limitations on Subcontracting, (NOV 2011) (21) 52.219-28, Post Award Small Business Program Representation (APR 2009) (24) 52.222-3, Convict Labor, (JUN 2003) (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010) (26) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (27) 52.222-26, Equal Opportunity, (MAR 2007) (28) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (29) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (30) 52.222-37, Employment Reports on Veterans, (SEP 2010) (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (37) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (40) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (45) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) (c) (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EDT on September 6, 2012; any award resulting from this RFQ will be made based on meeting the technical capabilities, required delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. The anticipated award date is on or about September 10, 2012. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Robin.Resweber@noaa.gov. Telephonic requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133M-12-RQ-1128/listing.html)
- Place of Performance
- Address: NOAA Marine Operation Center, 439 West York Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN02846963-W 20120822/120820235904-e3630c20209e07453d3c4231f1367e32 (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 |