Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2018 FBO #6235
SOLICITATION NOTICE

J -- HAUL-OUT M/V CAPT GEORGE DRY-DOCK REPAIRS

Notice Date
12/17/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NPS, SER - West MABO<br />HQ, Gulf Islands National Seashore<br />1801 Gulf Breeze Parkway<br />Gulf Breeze<br />FL<br />32563<br />US<br />
 
ZIP Code
32563
 
Solicitation Number
140P5219Q0011
 
Response Due
12/31/2018
 
Archive Date
1/15/2019
 
Point of Contact
Ward, Evans
 
Small Business Set-Aside
Total Small Business
 
Description
Cyclic Haul-Out/Refurbish M/V Captain George, VIN# SAMA1820D707, (50FT SEAARK MDL 4614-B TRANSPORTER) owned and operated by the National Park Service. This marine vessel is equipped with Two (2) John Deere 6 cylinder diesel engines model# 6081, SN# PORT: RG6081A290482 STBD: RG6081A290492. Vendor consideration is geographically limited to within 25 nautical miles of the park Davis Bayou boat facility in Ocean Springs, Mississippi. Vessel will be delivered by Government to contractor's drydock on or about five days after contract award date. The period of performance under this contract shall be 40 calendar days from date of delivery of vessel to the Contractor's facility (21 JAN 2019 thru 1 MAR 2019). The National Park Service seeks quotations and availability to perform dry-dock repairs on marine vessel (54 feet long, 16 feet wide, 1 1/2 feet draft and weighs approximately 30,000 lbs.) at contractor's facility of all Required Tasks specified below and or as per the contract documents. The vessel is currently moored at Davis Bayou Dock Facility located in Ocean Springs, Mississippi. REQUIRED TASKS: 1A Haul-Out the vessel, blocking, launching and demurrage to complete all contracted work; $__________________ 1B Remove bottom paint, lightly sand blast and apply two new coats of anti-fouling bottom paint; $_______________ 1C Check shafts for Trueness and cracks. Also order two new shafts, replace if needed. If not needed, turn new shafts over to Gulf Islands National Seashore for spare parts; $______________ 1D Replace port and starboard cutlass bearings; $____________ 1E Replace all bilge pump, float switches including high water floats and return all used parts to Gulf Islands National Seashore; $_____________ 1F Remove props and replace with props (Government-furnished); Return used props to Gulf Islands National Seashore; $____________ 1G Replace fuel gauge on transfer tank; $____________ 1H Change all exterior lights to LED running and deck lights; $_______________ 1I Change engine room lights to LED; $________________ 1J Replace starboard engine rear blower motor; $______________ 1K Remount two National Park Service (NPS) arrow head (Government-furnished) to cabin; $___________ 1L Replace steering hoses and fitting to stainless United States Coast Guard approved hose; $_____________ 1M Replace transmission hoses and fitting to stainless USCG approved hoses; $_______________ 1N Replace shore power receptacle on vessel; $________________ 1O Replace bow winch with a hydraulic winch to be deck mounted under the gunwale; $______________ Grand Total: $_________________________________ (lump sum, firm-fixed price) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number P5219Q0011 is issued as a REQUEST FOR QUOTATIONS (RFQ), and incorporates those provisions and clauses through Federal Acquisition Circular (FAC)2005-101D in effect October 26, 2018, whereas the full text may be accessed by Internet address at http://www.acquisition.gov/far/. This acquisition is set-aside 100% Total Small Business. The applicable North American Industry Classification System (NAICS) code is 336611 and the corresponding small business size standard is 1,250 number of employees. ASSOCIATED ATTACHMENTS: 1) SOW, 2) SPECS, 3) DOL Wage Determinations. All related files can be accessed for download or public viewing from FedBizOpps @ www.fbo.gov or FEDCONNECT @ www.fedconnect.gov. Search by title or solicitation number and select hypertext link to view solicitation package. ACQUISITION METHOD: This acquisition will be conducted using simplified acquisition procedures under FAR Part 12 and Part 13. The agency anticipates a firm fixed price contract will be awarded to that Offeror whose quotation or offer will provide best value to the Government, considering price and price-related factors. The agency will comply with the evaluation procedures in FAR 13.106, whereby formal evaluation plans and establishing a competitive range, conducting discussions, and or scoring quotations or offers are not required. Award will be made to the responsive, responsible lowest priced offer from a total price standpoint. The Government may reject a bid as nonresponsive if the prices bid are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment. INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS are contained in provision at 52.212-1. Offerors are advised to include with its offer a completed copy of the provision at 52.212-3, Certifications--Commercial Items. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items and clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses may include, 52.214-10 Contract Award - Sealed Bidding (JULY 1990); 52.237-1 - Site Visit. (APR 1984); 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.245-1, Government Property (JAN 2017); and 52.246-4 - Inspection of Services - Fixed-Price (AUG 1996). Also incorporated is DIAR clause 1452.228-70, Liability Insurance (JUL 1996); and DOI ELECTRONIC INVOICING - Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013). ELECTRONIC INVOICING VIA THIS IPP SYSTEM IS MANDATORY. LIABILITY: (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General liability. (1) Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance written on the comprehensive form of policy of at least $500,000 PRE-BID SITE VISIT: Contact Ernest Echoles at (228) 230-4115 or (228) 323-5356 to arrange schedule for motor vessel inspection. OFFER DUE DATE/TIME:12/31/2018 2:00 PM ET. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. Electronically submission of quotations or offers via FedConnect response builder (registered users) or email: andre_ward@nps.gov will be accepted. The point of contact and telephone number of the individual to contact for information regarding this solicitation is Andre Ward | 850-934-2614. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5219Q0011/listing.html)
 
Place of Performance
Address: Gulf Islands National Seashore<br />Mississippi District<br />Davis Bayou Area<br />Gov't Boat Dock within 25 nautical miles<br />3500 Park Road<br />Ocean Springs<br />MS<br />39564<br />USA<br />
Zip Code: 39564
Country: USA
 
Record
SN05176451-F 20181219/181217230027 (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.