SOLICITATION NOTICE
19 -- PR127991738_Vessels Maintenance in Guayaquil - Ecuador
- Notice Date
- 8/26/2024 3:27:02 PM
- Notice Type
- Solicitation
- NAICS
- 811
—
- Contracting Office
- U.S. EMBASSY QUITO WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- PR127991738
- Response Due
- 9/10/2024 9:00:00 PM
- Archive Date
- 09/25/2024
- Point of Contact
- Deryl van Coblijn, Phone: 59323985106, Valeria Rueda, Phone: +593 992028803
- E-Mail Address
-
VanCoblijnDS@state.gov, ruedavj@state.gov
(VanCoblijnDS@state.gov, ruedavj@state.gov)
- Description
- ADVERTISEMENT RFQ Number: PR12791738 The Bureau of International Narcotics and Law Enforcement (INL) at the U.S. Embassy in Quito, Ecuador intends to award a Firm Fixed-Price Contract and requires buying �PR12791738_ Vessel maintenance� described in the chart in APPENDIX A, B, C and D of this solicitation: 1. DELIVERABLES 1.1 Status reporting: 1.1.1 The contractor shall submit a formal status report weekly. The report shall be submitted to the Contracting Officer, or designated representative, on each Monday until project completion. 1.1.2 At a minimum the weekly report will consist of: 1.1.2.1 Status of personnel on contract 1.1.2.2 Accomplishments of past week 1.1.2.3 Schedule for upcoming week 1.1.2.4 Master Schedule and Progress Report 1.1.2.5 Other information mutually agreed upon by INL and the Contractor 1.2 Final Deliverable: The contractor shall provide a final report to INL Ecuador including dates of activities at the end of period of performance. 2. REQUIREMENTS 2.1 Replacement Parts and Supplies. All replacement parts and supplies utilized in maintenance services must be new and original. Refurbished or reconditioned spare parts and components are not acceptable. For more details, please refer to Appendix A, B, C and D. 2.2 Personal Requirements 2.2.1 Certification: All motor maintenance technicians must hold a Mercury Technical Service Education certificate. 2.2.2 Project Manager: The contractor shall designate a project manager who will be the point of the contact between the Ecuadorian Navy and INL officials. 2.3 Past contract performance: The contractor must present evidence of experience and past performance in vessel maintenance projects. The offeror must submit evidence (invoices, contracts, purchase orders, before/after photos, technical reports, etc.) of at least three relevant boat repair projects demonstrating: a) Cost of repair greater than USD 15,000 per boat. b)�The collective evidence must demonstrate technical expertise in all four maintenance and repair types: structural, mechanical, electrical, and communications/navigation. c) All submitted evidence must have been accomplished within the last five years. 2.4 Work Schedule The contractor shall present a detailed work schedule, such as Gannt chart or other similar format which details the timing and sequence of the maintenance to be performed. 3. RESOURCES 3.1 The vendor is going to have access to the vessels available for the entire period of performance and provide physical space to complete the maintenance. 3.2 The end user shall be responsible for moving boats to and from dockside berths and shore-based worksites. 3.3 Contractor shall be responsible for providing all tools and equipment required to conduct all maintenance and repair activities. 4. PLACE OF PERFORMANCE The maintenance will be completed in Guayaquil, Ecuador. 5. SCHEDULE The period of performance: The contractor shall provide the services required in this SOW for a period not to exceed 30 calendar days from contract award. 6. TIMELINE 6.1 Deployment: Contractor shall deploy team to work on site within 3 business day of contract award. 6.2 Final report: Contractor shall submit final report within 5 days of completing all repair work. 7. INSPECTION AND ACCEPTANCE 7.1 The contractor must notify the government when replacement or repairs of major components are completed. The U.S government retains the right to complete periodical inspections during the period of performance. 7.2 The government shall conduct a final acceptance check of each vessel underway in open water and will consist of the following: 7.2.1 Operational check of major subcomponents. 7.2.2 Operational check of communication equipment. 7.2.3 Operational check of the navigation system. 7.2.4 Operational check of engine operations through all operating limits. 8. QUALITY CONTROL If end user or INL Ecuador officials finds an incomplete of defective material/item/equipment or that the service does not meet the quality offered by the vendor, they should immediately refrain from receiving it and notify the Contractor. If the Contractor fails to meet the performance standard, the U.S. Government reserves the right to act, including a deduction from any invoice. 9. WARRANTY The vendor shall provide a minimum of six-month warranty on all items and services, which will begin upon delivery and acceptance of all the equipment at the end user�s location. The warranty must be identical to that provided by the original manufacturer and must be fully valid in Ecuador. The Vendor must provide warranty will begin upon delivery and acceptance at the end user�s location. 10. SERVICES AND PRICES The Contractor shall provide to the U.S. Government the services as described in the specifications for the stated firm fixed price. Further, the Contractor shall properly perform the pre-delivery inspection on the services and deliver them to the location set forth under 2. Delivery. The firm fixed price shall include the services pre-delivery inspection, authorizations, certificates of origin, warranty certificates and any other documentation mandated by the destination country. The price shall include all direct and indirect costs. The price will not be subject to adjustment after the award of the contract. Offerors shall include specific details and delivery dates in their responses to this Synopsis. All prices shall be listed in USD. Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices. Local law dictates the portion of the contract price that is subject to VAT; this percentage is multiplied only against that portion. The payment method used by the Embassy of the United States of America is: 100% payment in 30 days once the goods are received and the invoice is submitted. No advance payment is considered, no payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the awardee of its own volition or at the request of an individual other than a duly appointed Contracting Officer (CO). Only the duly appointed CO is authorized to change the specifications, terms, and/or conditions of the contract. 11. EFFECTIVE PERIOD OF CONTRACT This contract shall be effective on the date of the Contracting Officer's signature and shall remain valid until all commodities are received, inspected, and installed at the end-user destination in Ecuador.� 12. NONPAYMENT FOR UNAUTHORIZED WORK No payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the awardee of its own volition or at the request of an individual other than a duly appointed Contracting Officer (CO). Only the duly appointed CO is authorized to change the specifications, terms, and/or conditions of the contract. 13.�EVALUATION CRITERIA Lowest price and technically acceptable.� 14. PROCESS SCHEDULE We will evaluate offers based on the best value to the US Government, please see below the following tentative schedule: .Preproposal conference and site visit will be held by August 29 ,2024 at 03:00 pm (Guayaquil, Ecuador time). Questions regarding to this bid will be received by August 30,2024. Responses to all the questions will be provided by September 03, 2024. Final offers will be received by September 10, 2024. Note: * The preproposal conference � site visit scheduled for August 29. This event aims to enable a detailed of the request service. To this end, we kindly request that you confirm your attendance no later than August 27. Please provide the following information of the person who will be attending the conference via email to Valeria Rueda, INL Procurement Agent,�ruedavj@state.gov : full name, identification number, and the company they represent. 15. POINT OF CONTACT Direct any questions regarding this project to Valeria Rueda Procurement Agent, at telephone number +593 99-202-8803, Email: ruedavj@state.gov, in writing to same e-mail addresses. 16. SAM REQUIREMENT� Pursuant to FAR 4.1102, bidders are required to be registered in SAM (System for Award Management) at the time a quotation is submitted. In order to register to SAM, please follow the instructions detailed in the following link: https://sam.gov/content/home 17. TECHNICAL SPECIFICATIONS (Attached document) Appendix A:�Coast Guard Vessel Rio Chone Appendix B:�Coast Guard Vessel Rio Jubones Appendix C:�LM-130-01 Appendix D:�LM-130-02
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9cddd14c622485eb0e6cb10d16001bb/view)
- Place of Performance
- Address: Guayaquil, EC-G, ECU
- Country: ECU
- Country: ECU
- Record
- SN07185957-F 20240828/240826230121 (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 |