Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2013 FBO #4173
SOLICITATION NOTICE

J -- T.S. Golden Bear 2013 Drydocking - Package #1

Notice Date
4/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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
DTMA-94-Q-2013-0012
 
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
ATTN3 ATTN2 SOW ATTN1 Quote sheet SF1449 and Introduction 1 GENERAL REQUIREMENTS: a) 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 DryDocking to include annual repairs services, engine overhaul, steel repairs, tank blasting, and stateroom upgrades. The requested period of performance for the above service is 30 days starting on or about June 30, 2013. Proposed ship check is scheduled for Thursday, 5/02/13. Solicitation DTMA-94-Q-2013-0012 closes Friday, 5/31/2013 at 2PM PT. The proposed contract will be performed at the Contractor's shipyard. b) T his 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. c) The solicitation number is stated above, 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 2005-61B dated October 15, 2012. 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 an Incinerator Installation. The proposed contract will be performed while the vessel is located at Vallejo, Ca lifornia, at the foot of 200 Maritime Academy Drive. 2 INSTRUCTIONS TO OFFERORS - submittal required with quote Responses to this solicitation are due 5/31/2013 at 2:00 p.m. local time, San Francisco, CA. Email offers to patricia.etridge@dot.gov Please reference the solicitation number on your proposal. This solicitation allows proposals to be transmitted by email. 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. LATE PROPOSALS MAY NOT BE CONSIDERED FOR EVALUATION. •1. SF-1449 Quote sheet with prices for all Items identifying the requested item(s), unit price, and extended price - ATTACHMENT 1 •2. PAST PERFORMANCE - •a. Provide a written narrative demonstrating experience in the past five (5) years with developing and managing credit drydock contracts for vessels of size and power comparable to TSGB. Training Ship GOLDEN BEAR Characteristics: Length Overall = 499.1 ft. Molded Beam = 72 ft. Lightship Displacement = 9,319 LT Full Load Displacement = 16,728 LT Gross Registered Tonnage = 12,517 Rated Horsepower = 14,400 HP Expected Conditions on Arrival at Shipyard: Draft, Mean = 25' 09" Displacement = 14,222 LT •b. Provide ship names; original and final contract dollar values; original and completed periods of performance; Classification Society names, owner or operator names; contact names and titles; and telephone numbers, for the customers listed in the above narrative. •3. TECHNICAL CAPABILITY - Provide proof of current NAVSEA, USCG, ABS, or Lloyd's certification of the drydock proposed to be used for TSGB. Alternately, provide a notarized, third-party professional engineer's statement that the drydock meets all NAVSEA or USCG requirements for certification, dated no earlier than two years prior to the proposed drydocking date, which has been based on either of the following standards: DOD MIL-STD-1625D(SH), Appendix E (Floating Drydocks) or Appendix F (Graving Docks), http://quicksearch.dla.mil/docimages/A/0000/0003/7023/000004595936_000000214774_CTUDRJNQSM.PDF?CFID=3715371&CFTOKEN=12087868, or USCG SFLC Standard Specification 8634, Appendix B, http://www.uscg.mil/SFLC/mlclant/vdiv/docs/SFLCStdSpec8634.pdf. 3 EVALUATION FACTORS FOR AWARD The following two non-price factors 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 five (5) years which required work similar in size and scope to the work described in the Statement of Work (SOW). FACTOR 2 - TECHNICAL CAPABILITY Contractor shall demonstrate the existence of current NAVSEA, USCG, ABS, or Lloyds certifications, or provide a third-party professional engineer's certification that the drydock meets NAVSEA or USCG standards for certification. The certification shall be for ships displacing 14,500 LT or greater. A notarized third-party professional engineer's certification shall be no more than two (2) years old at the date proposed for drydocking TSGB. 4 EVALUATION CRITERIA All non-price factors will be evaluated on a pass/fail basis. Those proposals that have been passed for technical capacity and past performance will be evaluated for price. A contract will be awarded to the responsible firm with acceptable non-price factors and the lowest total price. 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. 7 SITE VISIT/SHIP CHECK A pre-award ship check is scheduled for Thursday, 5/02/2013 at 9 AM pier-side on board the vessel located in Vallejo, CA. Interested parties please contact Jim Sunfors, Contracting Officer Representative via email at jim.sundfors@dot.gov or by calling 415-744-2563. 8 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 9 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. 10 list of attachments •a. ATT1: QUOTE SHEET - TSGB SF1449 QUOTE SHEET DTMA-94-Q-2013-0012 •b. ATT2: STATEMENT OF WORK -SOW DRYDOCK DTMA-94-Q-2013-0012 •c. ATT3: TERMS AND CONDITIONS -TNC RFQ DTMA-94-Q-2013-0012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA-94-Q-2013-0012/listing.html)
 
Place of Performance
Address: 200 Maritime Academy Drive, Vallejo, California, 94590, United States
Zip Code: 94590
 
Record
SN03046567-W 20130428/130426234123-fed825331c3b64710c1c76b900888e21 (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.