Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOLICITATION NOTICE

V -- Operation and Maintenance of US EPA Research Vessels-Lake Guardian and MudPuppy

Notice Date
3/16/2020 8:35:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
REGION 5 CONTRACTING OFFICE CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
68HE0519R0005
 
Response Due
4/13/2020 12:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Heartwell, Krista
 
E-Mail Address
Heartwell.Krista@epa.gov
(Heartwell.Krista@epa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation document will not be issued. This solicitation is a Request for Proposal (RFP) issued under solicitation number 68HE0519R0005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective January 15, 2020 and the EPA Acquisition Regulation (EPAAR) as of January 14, 2020. This procurement is a total small business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 483114, Coastal and Great Lakes Passenger Transportation, with a small business size standard of 500 employees. The U.S. Environmental Protection Agency�s Great Lakes National Program Office (GLNPO) operates research vessels to obtain sediment, seston, benthic species and water samples in the Great Lakes basin in support of the water quality monitoring agreements between the United States and Canada. The Research Vessels (R/V) include: 1) the R/V Lake Guardian, a 180-foot monitoring vessel; 2) and the Mudpuppy II, a 30 foot Munson Packman Aluminum Work Boat. The contractor is responsible for operating, updating and maintaining the Research Vessels to permit the vessels to obtain scientific data on the Great Lakes and connecting waterways. See Statement of Work (SOW) for complete description of the requirement. The government intends to award a Time and Materials contract for a one (1) year base period and one (1) two (2) year option period. The maximum period of performance will be three (3) years. All interested companies shall utilize the Contract Line Item Numbers (CLINs) to submit pricing for the Base Period and all Option Periods. CLIN 0001 - Base Period CLIN 1001 - Option Period 1 This contract will include a ceiling price and will utilize fixed daily rates for each operating status, i.e., Full Operating Status, Reduced Operating Status, Layup Days, and Repair Availability Days. A not to exceed line item will be incorporated to allow for purchases such as consumable supplies, repairs to the ships and equipment, fuel, and other necessary costs that will be reimbursed on a per cost basis. See solicitation Section 1, Schedule of Supplies and Services, for details. Award shall be made to the offeror whose proposal offers the best value to the government. Proposals will be evaluated in accordance with the evaluation procedures outlined in FAR 12.602 and FAR 52.212-2. The government will evaluate information based on the following evaluation criteria: Factor 1 � Technical Experience and Capability (35%) Factor 2 � Quality Management Plan (35%) Factor 3 � Management Organization and Management Systems (20%) Factor 4 � Past Performance (10%) All factors other than price, when combined, are significantly more important than price. As evaluation of non-price factors becomes more equal, price will become more important. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors�Commercial Items (Oct 2018) 2. FAR 52.212-2, Evaluation � Commercial Items (Oct 2014) 3. FAR 52.212-3, Offerors Representations and Certifications�Commercial Items (Dec 2019) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1. FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Jan 2017) and applicable addenda. 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2019). See attached solicitation for additional FAR clauses applicable under this clause. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. See attached solicitation for additional contract requirements. Proposals shall be submitted electronically via FedConnect no later than 3:00PM CS on Monday April 13, 2020. All questions shall be submitted electronically. Questions must be received no later than 12:00 pm CS, Friday March 20, 2020. Questions received by this date will be answered via an amendment to this announcement. Questions not submitted electronically or received after the due date will not be considered. EPA anticipates conducting a site visit at the following location: R/V Lake Guardian 600 E. Greenfield Avenue Milwaukee, WI 53204 Further details will be provided at a future date via solicitation amendment. All offerors will be required to submit the company name and names, titles, and roles of attendees participating in the site visit. For security purposes, offerors not submitting the required attendee information by the due date will not be permitted to attend the site visit. The response is due on 04/13/2020 at 3:00pm CS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d903b6ec5d44f11ad2d2fe34fda6f4c/view)
 
Place of Performance
Address: US Environmental Protection Agency, 77 West Jackson Boulevard, Chicago, IL 60604-3507, USA
Zip Code: 60604-3507
Country: USA
 
Record
SN05590000-F 20200318/200316230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.