Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
AWARD

J -- Repairs and Renewals for the T/S STATE OF MICHIGAN

Notice Date
8/21/2013
 
Notice Type
Award Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Archive Date
9/5/2013
 
Point of Contact
Aline Smith, Phone: 5045896585
 
E-Mail Address
aline.smith@dot.gov
(aline.smith@dot.gov)
 
Small Business Set-Aside
N/A
 
Award Number
DTMA-93-P-2013-0031
 
Award Date
8/21/2013
 
Awardee
North Point Ship Repair, LLC, 1950 Lafayette Rd, Box 1 Ste 208, Portsmouth , New Hampshire 03801-3369, United States
 
Award Amount
126,543.00
 
Description
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. 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 2005-66, effective April 1, 2013. NAICS code 336611 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD) intends to award a firm fixed price purchase order for Repairs and Renewals to the T/S STATE OF MICHIGAN as per attached scope of work (Attachment 0002) All work shall be performed in accordance with the requirements of the U.S. Coast Guard (USCG) and American Bureau of Shipping (ABS). The requested period of performance for the above service is STATEMENT OF WORK: See Attachment 1, Statement of Work. Vessel Location: Great Lakes Maritime Academy, 715 East Front Street Traverse City, MI 49686 The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52) http://www.acquisition.gov/far/current/html/FARTOCP52.html#wp372482 Transportation Acquisition Regulations (1252.) http://www.dot.gov/assistant-secretary-administration/procurement/tar-part-1252-solicitatons-provisions-and-contract U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration; (Interested parties are requested to provide their DUNS numbers for verification of inclusion in the System for Award Management (https://www.sam.gov/) which now hosts the Government's Central Contractor Registry.) 52.212-1 Instructions to Offerors-Commercial Items; (FEB 2012) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (DEC 2012) (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: (JAN 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) (AUG 2012) 52.219-28 Post-Award Small Business Program Representation.(APR 2012) 52.222-3 Convict Labor, (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies, (MAR 2012) 52.222-21 Prohibition of Segregated Facilities, (FEB 1999) 52.222-26 Equal Opportunity, (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) (OCT 2010) 52.225‐3, Buy American Act‐‐Free Trade Agreements‐‐Israeli Trade Act (Over 25K) (NOV 2012) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) 52.222-41 Service Contract Act 1965 (NOV 2007) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 1252.223-73 Seat Belt Use Policies and Programs MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00) MCL.H-3 Indemnity and Insurance MCL.H.4 Indemnity and Insurance (Additional) (All limits up to $5,000,000.00 are revised to $2,000,000.00 for this solicitation) MCL.H-6 Standards of Employee Conduct MCL.H-10 Supplemental Growth Requirements MCL.H-11 Disposition of Removed Equipment and Scrap MCL.H-12 Maritime Liens, No Authority to Incur MCL.L-2 Agency Protests APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2271.txt?v=12 SHIP CHECK - SITE VISIT A pre-quote conference and site visit will be conducted onboard the T.S. STATE OF MICHIGAN on Wednesday, July 17, 2013 at 10:00 a.m. local time, located at its layberth located at Great Lakes Maritime Academy, 715 East Front Street, Traverse City, MI 49686 POC: Mr. Michael Luzinski, Contracting Officer's Technical Representative, phone 409-833-9696; email: Michael.Luzinski@dot.gov, or Ms. Aline Smith, Contracting Officer, phone 504-589-6585; aline.smith@dot.gov. This is the ONLY site visit that will be conducted. Quoters are encouraged to attend as failure to attend does not relieve the quoter of accuracy of their proposal and the quoter's responsibility that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost. In order to make the visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site should be submitted in writing (email) to the Contracting Officer NLT 12:00 p.m. on Wednesday, July 24, 2013. Solicitation number DTMA-93-Q-2013-0018 should be listed in the subject email. Responses determined to be necessary will be issued by amendment to the solicitation package. Responsible sources shall provide the following: Price quote which identifies the requested item(s), quantity, unit price, and extended price (see SF1449, Attachment 1) Tax Identification Number, DUNS number and Cage Code Responses to this solicitation are due Tuesday August 6, 2013 at 1:00 p.m. local time, New Orleans, LA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. All Quotes are to be emailed to aline.smith@dot.gov. No faxed quotes will be accepted. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/Awards/DTMA-93-P-2013-0031.html)
 
Record
SN03156586-W 20130823/130821235154-4170903c04d6d5525b5e02925d4b5414 (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.