Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOLICITATION NOTICE

Z -- Diving Services

Notice Date
10/14/2020 7:17:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561 —
 
Contracting Office
6923HA SAINT LAWRENCE DEVELOPMENT SEAWAY MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G521Q0057
 
Response Due
10/23/2020 8:00:00 AM
 
Archive Date
11/07/2020
 
Point of Contact
Katie Maloney, Phone: 3157643260, Jason Brockway, Phone: 3157643252
 
E-Mail Address
katie.maloney@dot.gov, jason.brockway@dot.gov
(katie.maloney@dot.gov, jason.brockway@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued.� Solicitation number�6923G521Q0057 is issued as a request for quotation. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 561990 and the size standard is $12,000,000.�� SLSDC intends to award three (3) Firm-Fixed-Price Blanket Purchase Agreements for the period November� 1, 2020 through September 30, 2022.�� *Submittals: ��All offerors must submit a capabilities statement, to include:� 1. Core competencies 2. Past performance 3. Corporate data 4. Contact information 5. All other information required in the evaluation criteria. ��"" Certificates of Insurance"" shall be submitted with your quote and prior to beginning work.�� �� All offerors shall submit a company safety manual and company dive operations manual.� *Other Instructions: *All vendors that wish to be considered for award must have the ability to respond to emergency service requests in 12 hours or less, and all other service requests within 24 hours or less. *All vendors that wish to be considered for award must provide an emergency contact number prior to award of the contract. *All tools and equipment, listed or not listed on the contract, used during an emergency service must be requested by an authorized SLSDC employee.� *The Corporation may furnish some of the equipment required; however, this will be on an individual basis at the direction of the Corporation's Project Officer. *All charges begin at the actual dive site. * Estimates may be requested for planned work and shall be provided to the Contracting Office upon request. Estimates shall be given to the Project Officer prior to each job. *Equipment necessary for communication between divers is considered part of the normal trade practice and shall not be billed to the Corporation. Invoices will be submitted monthly, indicating services performed, location of work, hours, equipment, supplies used, etc. Place of Performance: All diving services are to be performed in various locations (U.S. Waters) of the St. Lawrence River. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (Aug 2018) applies to this acquisition.� SLSDC intends to award three Firm-Fixed-Price Blanket Purchase Agreements (BPA). The BPAs shall have a not to exceed amount of $30,000 with no minimum order guarantee.��Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the schedule, and the requirements provided in the evaluation criteria below. ��Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. The total price for evaluation purposes will be in accordance with the evaluation criteria established below. To be determined technically acceptable contractors must provide proof of the following capabilities: All divers shall be commercial diver certified as necessary to perform their tasks as required in�New York State.�Certifications for key personnel shall be submitted with the vendors quote. All work shall be done per industry standards and in accordance with OSHA29 CFR 1910.410 (OSHA) regulations. Past experience and any certifications shall be submitted with quotes. The offeror must have real time underwater video capabilities.� Video shall be of sufficient quality, sound and color. Video shall identify underwater objects/equipment from up to 15' away in clear water conditions.� �Successful offerors shall have the capability to download videos onto a compact disk to be provided to SLDC. �Offerors capabilities must include underwater rigging via SLSDC owned cranes equipment. �Successful offerors must be capable of underwater fabrication which may consist of airline repair, grate repair, and any other light fabrication that requires the use of hand tools. �Successful offerors must be capable of underwater Welding, Burning and Cutting. Vendor key personnel shall be certified for underwater welding, burning, and/or cutting as required for performing services in New York State. Certifications for key personnel shall be submitted with the vendors quote. �Successful offerors must capable to responding to SLSDC requirements within 24hrs. The evaluation criteria for determining price will consist of: �an 8-hr day for one(1) crew �travel, mileage, per diem for one day and one overnight stay for a 3-person crew �one(1) Mobilization/Demobilization charge �8-hr boat rental; 8-hr for licensed captain �camera rental for one(1) day �one(1) each for camera supplies �one(1) each of prints; one days rental of 185 CFM Air Compressor �one(1) 50' section of compressor hose �video camera rental for one(1) day �one(1) each underwater color DVR video(digital thumb drive) �one(1) day welder rental �one(1) each underwater welding rod �one(1) day burning leads/torch rental �one(1) each underwater cutting rod �one(1) bottle oxygen �one(1) bag ocucrete �one(1) day rental air lift pipe �one(1) day rental cable hoist/puller(2 ton air hoist) �one(1) day rental rock drill �one(1) day rental drill bit �one(1) day rental drill steel �1-hr of report preparation This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017). The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6 Notice of Small Business Set Aside,� 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-50 Combatting Trafficking in Persons,� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management,� 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (Aug 2018), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1 Government Property (Jan 2017), 52.245-9 Use and Charges (APR 2012). The Following FAR Clause is also required in full text, 52.222-42 Statement of Equivalent Rates for Federal Hires in compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� This Statement is for Information Only: � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� It is not a Wage Determination Employee Class ������������������ Monetary Wage-Fringe Benefits �Diver������������������������� ���������� �$55.80������������ ��� $10.20 Response date for receipt of offers/quotes is by 11:00 am EST, Friday, October 23, 2020.� Quotes shall be sent to Katie Maloney, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY� 13662 or emailed to katie.maloney@dot.gov, please include the solicitation number in the subject line. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29af17e2041140efb91fc33d7f63f220/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN05827005-F 20201016/201014230137 (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.