SOURCES SOUGHT
V -- Ship Management Services - Draft PWS
- Notice Date
- 2/6/2014
- Notice Type
- Sources Sought
- NAICS
- 483111
— Deep Sea Freight Transportation
- 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
- Solicitation Number
- 2015ShipManagerSS
- Archive Date
- 7/31/2014
- Point of Contact
- Erica L Williams, Phone: (202)366-2803, Sabrina C. Phillips, Phone: 2023669684
- E-Mail Address
-
erica.williams@dot.gov, Sabrina.Phillips@dot.gov
(erica.williams@dot.gov, Sabrina.Phillips@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement The Maritime Administration (MARAD) is conducting a Market Survey to identify all potential sources (regardless of business size) possessing the expertise, capabilities and experience necessary to provide ship management services for 46 MARAD-owned vessels of the Ready Reserve Force (RRF). A draft Performance Work Statement (PWS) is provided to give potential offerors a general idea of the work to be performed under a resulting contract. MARAD is currently considering revisions to this draft PWS which will be a part of the final solicitation package. (As a reference, documents issued for a previous RFP can be found on FBO. Ship Management Services for Three RRF Vessels ). The North American Industry Classification System (NAICS) code is 483111 with a small business size standard of 500 employees. Brief description of work: The Maritime Administration requires ship manager services (to include but not be limited to, all services necessary for maintenance, repair, logistics support, activation, operation, deactivation, crewing and management) for vessels of the National Defense Reserve Fleet/Ready Reserve Force (NDRF/RRF). The NDRF was created in 1946 to provide vessels for national emergencies. The RRF is a subset of the NDRF and contains vessels maintained in a heightened degree of readiness to respond to national emergencies. ( MARAD RRF Program ) The solicitation will contain Mandatory Eligibility Requirements (MER) requiring offerors to submit documentation adequate for the Government to clearly discern compliance with the MER for this acquisition. Offerors must meet the following Mandatory Eligibility Requirements. (Subject to edit/change by the time an RFP is issued.) BEFORE a proposal can be considered for award: 1. Offeror must submit documentation which demonstrates it is a citizen of the United States. 2. Offeror must have been an operator or owner/operator within the past five (5) years of at least one (1) self-propelled vessel, or Integrated Tug/Barge, of at least 450'LLWL, with a minimum cargo capacity of 7,500 DWTs or a Tanker of at least 25,000 DWTs. 3. Offeror must provide an irrevocable line of credit or evidence of a binding commitment from a federally insured bank to issue an irrevocable line of credit of $350,000.00 per vessel, equal to the number of vessels the offeror is seeking award of under this solicitation for up to ten vessels. Alternatively, the offeror may demonstrate it has sufficient financial resources to meet the $350,000.00 per ship financial requirement to MARAD's satisfaction. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. (A draft solicitation will be issued at a later date for industry review and comment.) Interested parties (including current/recent ship manager contractors) who feel they can meet the Mandatory Eligibility Requirements stated above, in addition to the requirements of the PWS, shall identify their interest by submitting a capability statement to include the following information : •1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; •2. Business size status (Large Business, Small Business, Small-Disadvantaged Business, Woman Owned Small Business, Service Disabled Veteran-Owned Small Business, etc.; •3. Capability statement which addresses the contractor's ability to satisfy the government's requirements; •4. If significant subcontracting or teaming is anticipated in order to deliver technical capability (Excluding tasks for Maintenance and Repair), organizations should address the administrative and management structure of such arrangements. All submissions shall be submitted to Erica Williams at Erica.williams@dot.gov by 5:00 pm local time on Friday, February 28, 2014. (Electronic submissions greater than 10MB may not be successfully delivered.) The Request for Proposal and any related documents for this procurement will be made available at www.fbo.gov Summer 2014. (Anticipated award is Summer 2015.) Interested parties are responsible for monitoring FBO for release of all pertinent procurement documents or updates to this program. Potential offerors are cautioned that in order to be eligible for an award, they must have an active System for Award Management (SAM) profile prior to contract award. ( System for Award Management (SAM) ) ATTENTION Small and disadvantaged businesses: The DOT OSDBU Financial Assistance Division administers the Short Term Lending Program (STLP) and Bonding Education Program (BEP). These programs provide eligible small and disadvantaged businesses with access to the financial capital and capacity they need to compete in the transportation industry. The STLP provides DBE Certified or SBA Certified under Section 8(a); Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans short term working capital financing at competitive interest rates for DOT or DOT funded contracts and subcontracts. Maximum loan amount is $750,000 with a variable rate tied to the Prime Rate published in the Wall Street Journal. DOT Short Term Lending Program. The US Department of Transportation (DOT) Bonding Education Program (BEP) is partners with the surety industry to help small and small disadvantaged businesses become bond ready. Becoming bondable is a challenge for many disadvantaged businesses and this program aims to help businesses grow by obtaining or building bonding capacity. DOT Bond Education Program
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/2015ShipManagerSS/listing.html)
- Place of Performance
- Address: Coastal U.S., United States
- Record
- SN03282610-W 20140208/140206234426-d05eacb3b1516822580fac9038779522 (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 |