SOLICITATION NOTICE
J -- BOAT REPAIR IAW the Statement Of Work (SOW). 44ft sailboat used for training Midshipmen in seamanship and navigation that is in need of maintenance and repair.
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0171
- Response Due
- 9/16/2014
- Archive Date
- 10/1/2014
- Point of Contact
- Ruby Deinla 619-556-5662
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-14-T-0171. This solicitation is issued as 100% Small Business Set Aside, NAICS Code 336611 Ship Building and Repairing is applicable, and business size is 1000 employees. Line Item 0001: (1)grp BOAT REPAIR in accordance with the Statement Of Work (SOW). Period of performance (POP) is September 22, 2014 to October 22, 2014. This date is subject to change depending on the award date of the order. Services shall be performed at Marina Bay Yacht Harbor, 1340 Marina Way South, Richmond, CA Berth-247. Inspection and acceptance will be made at Destination by the Government. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted to the Purchasing Agent via email: rubeli.deinla@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL only received no later than 12 noon (PST) on September 12, 2014. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible Quoting Contractor s whose quote 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. (i) TECHNICAL CAPABILITY TO PERFORM SERVICE TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Quotes will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, quotes will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the quote to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those quotes which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those quotes determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with quoting contractors. Each initial offer should, therefore contain the quoting contractor s best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY TO PERFORM SERVICE TO MEET THE REQUIREMENT, Factor (i), IAW FAR 52.212-1(b)(4) The contractor shall provide technical information sufficient in nature to detail their ability and approach to perform the required services under this request for solicitation. Quoting Contractor s technical information will be used to determine whether the items or services proposed meet the specifications included in this solicitation. Items or services quoted, as provided in Quoting Contractor s technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Quotes which are determined to be technically unacceptable may not be considered further for award. (c) Quoting Contractor s PAST PERFORMANCE information submitted as required, will be used to make a determination of whether the quoting contractor has a satisfactory record of past performance. Quoting Contractor s should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quoting Contractor s which lack relevant past performance history will receive a neutral rating for this factor. Any quote which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other quotes. The Contracting Officer will evaluate Quoting Contractor s PAST PERFORMANCE as follows: SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the quoting contractor s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the quoting contractor s past performance. NEUTRAL: No relevant past performance available for evaluation. Quoting contractor has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoting contractor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. FAR 52.204-7 System for Award Management FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-1 Contractor Inspection Requirements FAR 52.246-25 Limitation Of Liability--Services FAR 52.247-34 F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control Of Government Personnel Work Product DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Rd, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. NON-NAVY OWNED CRANES The following is a list of minimum requirements that contractors shall comply with for all contracts that may result in the use of a crane for the accomplishment of work. (a) The contractor shall notify the contracting officer, in advance, of the intent of bringing a non-Navy owned crane onto a Navy shore installation. All entries shall be through a prearranged entry point. (b) The contractor shall comply with the applicable American Society of Mechanical Engineers (ASME) standards (e.g., B30.5 for mobile cranes, B30.22 for articulating boom cranes, B30.3 for construction tower cranes, and B30.8 for floating cranes). For barge mounted mobile cranes, a load indicating device, a wind indicating device, and a marine type list indicator readable in one-half degree increments are required. In addition, the contractor shall comply with specific naval crane safety and operation regulations/standards specifically required by the Navy shore installation and state or local Government. (c) The contractor shall certify that the crane and rigging gear meets applicable Occupational Safety and Health Administration (OSHA) regulations by providing a Certificate of Compliance. The Certificate, figure P-1, appendix P-1 of Naval Facilities Engineering Command (NAVFAC) P-307 Management of Weight Handling Equipment , can be downloaded from the NAVFAC Naval Crane Center website, http://ncc.navfac.navy.mil/crane/307jun03.pdf. The contractor must cite which OSHA regulations are applicable, e.g., cranes used in cargo transfer shall comply with 29 CFR 1917; cranes used in construction, demolition, or maintenance shall comply with 29 CFR 1926; cranes used in shipbuilding, ship repair, or shipbreaking shall comply with 29 CFR 1915. For cranes at Naval activities in foreign countries, the contractor shall certify that the crane and rigging gear conform to the appropriate host country safety standards. The contractor shall also certify that all of its crane operators working in the naval activity have been trained not to bypass safety devices (e.g., anti-two block devices) during lifting operations. The Certification of Compliance form shall be posted on the crane. (d) For mobile cranes with original equipment manufacturer (OEM) rated capacities of 50,000 pounds or greater, the crane operators shall be designated as qualified by a source that qualifies crane operators (i.e., union, a Government agency, or an organization that tests and qualifies crane operators). Proof of current qualification shall be provided. (e) The contractor shall certify that the crane operator is qualified and trained for the operation of the crane to be used. Certification appendix P-1, figure P-1, of NAVFAC P-307, see paragraph (c) above. (f) The contractor shall provide a critical lift plan for each of the following lifts: lifts over 75 percent of the capacity of the crane or hoist (lifts over 50 percent of the capacity of a barge mounted mobile crane s hoists) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel; and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks. The plan shall include the following as applicable: (1)The size and weight of the load to be lifted, including crane and rigging components that add to the weight. The OEMs maximum load capacities for the entire range of the lift shall also be provided. (2)The lift geometry, including the crane position, boom length and angle, height of lift, and radius for the entire range of the lift. This applies to both single and tandem crane lifts. (3)A rigging plan, showing the lift points, rigging gear, and rigging procedures. (4)The environmental conditions under which lift operations are to be stopped. (5)For lifts of personnel, the plan shall demonstrate compliance with the requirements of 29 CFR 1926.550(g) (6)For barge mounted mobile cranes, barge stability calculations identifying barge list and trim based on anticipated loading; and load charts based on calculated lists and trim. The amount of list and trim shall be within the crane manufacturer s requirements. (g) Contractors shall notify the contracting officer as soon as practicable, but no later than four hours after any weight handling equipment (WHE) accident (see definition in NAVFAC P-307, section 12). The contractor shall secure the accident site and protect evidence until released by the contracting officer. The contractor shall conduct an accident investigation to establish the root cause(s) of any WHE accident. Crane operations shall not proceed until the cause is determined and corrective actions have been implemented to the satisfaction of the contracting officer. (h) The contractor shall provide the contracting officer within 30 days of any accident a Weight Handling Equipment Accident Report using the form provided in NAVFAC P-307, section 12, consisting of a summary of circumstances, an explanation of causes(s), photographs (if available), and corrective actions taken. These notifications and reporting requirements are in addition to those promulgated by OPNAVINST 5100.23 and related claimant instructions. (End of clause) Offeror s Past Performance Data: 1. This performance data is to be used to evaluate your Company s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. WD 05-2051 (Rev.-14) was first posted on www.wdol.gov on 08/05/2014 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2051 Diane C. Koplewski Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 07/25/2014 _______________________________________|____________________________________________ State: California Area: California Counties of Alameda, Contra Costa http://www.wdol.gov/sca.aspx End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail. Submit responses to: rubeli.deinla@navy.mil. Reference solicitation number: N00244-14-T-0171 on all documents and requests for information. Quotes must be received no later than COB 1700 (PST) on September 16, 2014. STATEMENT OF WORK 1. INTRODUCTION: The Naval Reserve Officer Training Corps (NROTC) Unit located at the University of California, Berkeley (UC Berkeley) maintains a 44 foot sailboat for training of NROTC Midshipmen in seamanship and navigation. The vessel is moored at the Marina Bay Yacht Harbor: 1340 Marina Way South, Richmond CA, Berth E-247. The sailboat needs maintenance and repairs, which require it to be removed from the water for completion. 2. BACKGROUND: The Naval Reserve Officer Training Corps (NROTC) Unit is contracting out work on the sailboat, so Midshipmen can use it for training on a regular basis. In the past, Midshipmen have been able to develop seamanship and navigation skills by sailing the boat on the bay. In order to continue this type of training, the sailboat needs to be fully repaired and operational. 3. PERFORMANCE REQUIREMENTS: TASK 1: Haul out Haul out, pressure wash, shore and launch. TASK 2: Bottom Painting (rolled) Work Haul boat, pressure wash bottom, set on stands. Tape waterline, sand entire bottom, prep and roll on one coat of Pettit Trinidad PRO. After paint dries, move boat stands, then prep and paint pad areas. Bottom of keel at support blocks gets prepped and painted during launching procedure. TASK 3: Zinc Replace zincs as needed. TASK 4: Rigging work Dock tune rigging. Remove hydraulic backstay adjuster and send in for servicing to replace seals. Install Windex on top of mast. Adjust Ray Marine masthead wind instrument (currently is 10 degrees off). Clean and service winches. Replace trip line on spinnaker pole. Replace cam cleat for boom vang. Supply new jib sheets, spinnaker sheets and afterguys. TASK 5: Rigging work for mast painting Remove boom and set in mast area. Un-lead running and label as necessary. Mark turnbuckles, lube and make sure they are not frozen. Verify operation of electronics and electrical gear on mast. Label and disconnect electrical connections. Assist crane operator with unstopping mast. Label and remove standing rigging. Label running rigging and remove with tag lines left in place. Remove spreaders. Remove some mast hardware. After paint has been applied and is cured, reverse above procedures: install removed hardware with proper fittings and corrosion protection. Re-lead running rigging on mast. Install spreaders and standing rigging. Assist crane operator with stepping mast, and secure mast, including deck blocking system and collar. Connect electrical. Install boom, bend on sails. TASK 6: Marine Systems/plumbing work Troubleshoot and repair clog in holding tank vent. Troubleshoot and repair air leak in freshwater system. TASK 7: Running Gear work Clean prop and shaft. Inspect cutlass bearing. Remove prop and have it serviced. Reinstall prop. TASK 8: Painting/Coatings (not bottom work) Prep and paint hull sides Clean and solvent wash. Remove graphics. Tape perimeter, mask off and tarp boat. Sand hull sides and transom. Prep and spray on epoxy primer. Glaze to provide smooth surface. Sand glazing and primer. Prep and spray on final prime coat. Sand primer. Final prep, spray on Awlcraft 2,000 topcoat. Lay out stripes after paint has cured tape and sand, mask off, then prep and spray stripes. Remove all tape, masking and tarps. Detail edges of paint. Sign painter to apply new graphics. TASK 9: Painting/Coatings (not bottom work) Prep and Paint Spars Deliver spars to paint area. Sand spars. Hang and prep for painting mast, boom and spreaders. Spray on Chromate primer, followed by epoxy primer. Glaze to fill imperfections in spar surfaces. Sand glazing and primer. Prep and spray on second primer coat. Sand primer. Final prep and spray on Awl grip LPU topcoat. After paint has cured, detail edges onto carts and return to mast area. TASK 10: Crane Unstep mast, off load boom. Step mast, load no boom. 4. PERFORMANCE STANDARDS: Work will be completed according to American Boat and Yacht Council (ABYC) standards and subject to customer satisfaction. 5. GOVERNMENT-FURNISHED EQUIPMENT AND INFORMATION: There is no identified GFE to be provided. The government will provide any unclassified materials requested by the contractor once the contract is awarded. 6. PLACE OF PERFORMANCE: The sailboat is currently located at the Richmond Marina. The place of work will not be known until the contract is awarded; however, it would be preferred if the work is done in the San Francisco Bay Area within a 12 mile radius of where the boat is moored at the Richmond Marina. 7. PERIOD OF PERFORMANCE: All work shall be completed within 30 days after date of contract award. 8. SECURITY: UNCLASSIFIED. NOTE: In the event that during the specified repair process, the Contractor notices that there may be a possibility of additional repairs to equipment aboard the vessel, the Contractor shall not perform any additional work. The Contractor shall bring to the attention of the requiring activity Point of Contact (POC) and the Contracting Officer the issues discovered. The Government may authorize the Contractor to prepare a detailed inspection report if determined necessary. Any additional repair labor or parts may be modified into the existing order or maybe purchased under a separate purchase order at the authorization and discretion of the Government. The requiring activity POC does not have the authority to authorize additional repairs funded outside the scope of this purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0171/listing.html)
- Place of Performance
- Address: Marina Bay Yacht Harbor, 1340 Marina Way South, Berth-247.
- Zip Code: , Richmond, ca
- Zip Code: , Richmond, ca
- Record
- SN03500097-W 20140910/140909021935-5a55e3352d847e64f8bbc897ee07108f (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 |