SOLICITATION NOTICE
J -- Drydock, Refurbishment and Maintenance, Mooring Barge 7403, Mat Sinking Unit, U.S. Army Corps of Engineers, Vicksburg District (MVK)
- Notice Date
- 3/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-13-R-0004
- Response Due
- 4/15/2013
- Archive Date
- 5/14/2013
- Point of Contact
- Robert Ellis Screws, 601-631-7527
- E-Mail Address
-
USACE District, Vicksburg
(ellis.screws@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912EE-13-R-0004 is being issued as a Request for Proposal (RFP) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-59. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 336611 - Ship Building and Repairing; size standard 1,000 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Test Program for Certain Commercial Items - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District, Mat Sinking Unit has a requirement to place Mooring Barge 7403 in drydock for refurbishment of a portion of the hull plating which has become worn due to wear and tear acquired during operation of the barge. The required work is scheduled to occur during the Mat Sinking Unit down period extending from April through June 2013. Additional details including a scope-of-work are posted as attachments to this notice. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Provide all materials, labor, and equipment necessary to drydock and refurbish Mooring Barge 7403 in accordance with the project scope-of-work ; Total Line Item Price: $________________. Offerors are advised that this procurement is subject to the requirements of the Service Contract Act (SCA) and at the time of award a Department of Labor SCA Wage Determination shall be incorporated into the contract for the location where the drydock and refurbishment work will occur. SCA Wage Determinations, 05-2233(Rev-15) Louisiana; 05-2297(Rev-12) Mississippi; 05-2495(Rev-15) Kentucky, Tennessee & Arkansas; 05-2309(Rev-12) Illinois; 05-2309(Rev-12) Missouri; 05-2287(Rev-12) Minnesota; 05-2277(Rev-16) & 05-2203(Rev-14) Iowa have been incorporated into this solicitation and are attached. If an offeror intends to submit an offer for performance of the work in a state where an applicable wage determination is not listed indicate so through ProjNet, prior to the offer submission date and an appropriate wage determination for your state will be incorporated through an amendment. Department of Labor wage determinations can be found at the following site, http://www.wdol.gov/sca.aspx for your proposed location. The government intends to make a single award for one lump sum. Offers for less than the required services will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government, and offerors are encouraged to provide their best proposed pricing in their initial offer. Pre-Bid Site Visit: As a requirement to propose on this solicitation, prior to the proposal submission date, a representative of each offeror shall be required to make a site visit to inspect the proposed work. Potential offerors may obtain driving directions to the current location of the Mooring Barge and schedule their site visit by contacting the Vicksburg District Contracting Office, R. Ellis Screws, 601-631-7527, E-mail Ellis.Screws@usace.army.mil. PROJECT SPECIFICATIONS: Reference the Scope-of-Work attachment posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement:. Clause 52.212-2 - Evaluations - Commercial Items; (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for Technical Capability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. (1) Technical Acceptability; is defined as the documented ability to meet the minimum requirements necessary to provide the specified services as defined in this solicitation and the attached scope-of-work, up to and including the capability to complete the work as specified and also meet the project delivery schedule specified in the scope-of-work. (A) Offerors shall submit documentation of their technical capability to perform the work as specified, such as documentation of the experience of the company completing contracts for drydock and barge maintenance on vessels of a similar type, size, scope & complexity and/or experience of key personnel and crew who will be performing the work including resumes, equipment lists, etc. and/or any other information to enable the Government to determine the company's technical qualifications to complete projects of this type, size, scope and complexity. (B) Offerors shall submit with their proposal package a detailed project completion timeline/schedule including proposed weekly progress milestones for the specified scope-of-work that upon contract award shall become a part of the Quality Assurance Surveillance Plan (QASP) that will be reviewed on a weekly basis with the Government Quality Assurance Representative. (2) Satisfactory Past Performance; to demonstrate satisfactory past performance the offeror shall submit documentation of satisfactory performance on past or current contracts involving contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your proposal can be made offerors must provided quote mark Offeror Representations and Certifications quote mark for their company. The preferred method for providing Reps & Certs s is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their proposal package. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.203-6 ALT I Restrictions on subcontractor sales to the government; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on subcontracting; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of employee Rights under the National Labor Relations Act; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-13-R-0004 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-13-R-0004 The Bidder/Offeror Inquiry Key is: WIRZG5-XM5VFM Bidders/Offerors are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Proposals are due Monday, 15-April-2013 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Quotes are due Monday, 15-April-2013 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-13-R-0004 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office, CEMVK-CT-S.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-R-0004/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN03013549-W 20130317/130315234916-684b5fac9440fa1e2cf7b0d057eef4e8 (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 |