SOLICITATION NOTICE
V -- Transportation, Travel, and Relocation Services
- Notice Date
- 4/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060415T3053
- Response Due
- 5/10/2015
- Archive Date
- 5/25/2015
- Point of Contact
- JIMMIE TOLOUMU 808-473-7906
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR 13.5 “ Test Program for Certain Commercial Items as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-15-T-3053. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80 and DFARS Publication Notice 201504061. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The NAICS code is 483114, and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ PHASE I: CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 21 MAY 2015 THROUGH 19 JUNE 2015 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________. = $__________. CLIN 0002 “ PHASE II: CREW VESSEL TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 22 JUNE 2015 THROUGH 14AUGUST 2015 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________ = $__________. The following FAR provision and clauses are applicable to this procurement: 52.203-3, Gratuities 52.204-7. System for Awards Management 52.204-13, System for Awards Management Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.222-99, Establishing a Minimum Wage for Contractors 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.232-2, Service of Protest 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Government 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wages Fringe Benefits Ship Operation WG-10 $25.59 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7998, Confidentiality Agreements “ Representation 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7005, Oral Attestation of Security Responsibilities 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7004, Subcontracting w/ Firms ¦Terrorist Country 252.209-7992, Representation of Corporations Regarding an Unpaid Delinquent Tax Liability 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Commodities 252.225-7993, Prohibition on Contracting with the Enemy 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea This announcement will close on Thursday, 10 May 2015 at 1000 Hrs Hawaii Standard Time (HST). Submit quotes to jimmie.toloumu@navy.mil. All questions shall be submitted via e-mail to jimmie.toloumu@navy.mil, by 1000 Hrs, HST on Monday, 01 May 2015. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. To be technically acceptable, the contractor must demonstrate how it will successfully accomplish the requirements of the RFQ in sufficient detail to establish technical acceptability in accordance with the Performance Work Statement. At a minimum the offeror shall address: 1.Identify the make and model of the vessel intended to be used to ensure the vessel possesses current U.S. Coast Guard inspection certification, with full compliance to applicable Federal, State of California and local government regulations and requirements for vessels of this type. 2.Clearly demonstrate the vessels capability of sustaining a cruise speed of at least 15 knots with a minimum passenger capacity of forty-nine (49). Additionally, the vessel shall have the capability to accommodate up to one piece of personal carry-on baggage per passenger. 3.Specify the actions to be taken to ensure cleanliness of the vessel, include the frequencies of cleanings. 4.Demonstrate how the vessel is maintained in accordance with original equipment manufacturer specifications and industry standards. 5.Detail how the schedule outlined in the performance work statement (PWS) will be met. Include a quality/contingency plan detailing the specific actions to be taken to ensure the required schedule is maintained. 6.The Contractor shall clearly be able to demonstrate a minimum 12-foot personnel gangway with railings to enable passengers to transfer to/from the Contractor ™s vessel to pier side or US Navy vessel. Additionally the gangway will be able to maintain an incline of no greater than 20 degrees when mating up to a naval ship with a free board of approximately 15 feet, when measured from the ocean surface. 7.Identify how the crane will have a sufficient reach and capacity to deliver the pallets on the US Navy Vessel according to the PWS. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable (LPTA). A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov. All quotes shall include price(s), a point of contact, name, phone number, and e-mail address, as well as quoter business size under the specified NAICS. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3053/listing.html)
- Record
- SN03694287-W 20150411/150409234621-28408cabdb4bc706c344432f885b9eee (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 |