Federal Bid

Last Updated on 04 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Chalmers Indiana

CAPE CHALMERS - Miscellaneous Mechanical Repairs

Solicitation ID DTMA92Q140099
Posted Date 29 Aug 2014 at 9 PM
Archive Date 04 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 693jf7 Dot Maritime Administration
Agency Department Of Transportation
Location Chalmers Indiana United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotes are being requested and a written Request for Quotation (RFQ) will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective July 25, 2014.

 

NAICS code 336611 applies. This is a small business set-aside.

 

The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for the provision of services to conduct miscellaneous mechanical repairs aboard the CAPE CHALMERS located at the Federal Law Enforcement Training Center (FLETC), in North Charleston, SC.

 

See Statement of Work (Attachment 1)

 

The requested period of performance is immediately after award with completion by October 30, 2014.

 

Vessel Location:

 

CAPE CHALMERS

FLETC

2000 Bainbridge Avenue

Charleston, SC  29406-2607

 

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses:

 

Federal Acquisition Regulations (52.)                https://acquisition.gov/far/current/html/FARTOCP52.html

 

Transportation Acquisition Regulations (1252.)                http://www.dot.gov/assistant-secretary-administration/procurement/tar-part-1252-solicitatons-provisions-and-contract

 

U.S. Maritime Administration Provisions and Clauses (MCL.)  https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm

 

52.204-13 System for Award Management Maintenance (JUL 2013)

52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011)

52.212-1 Instructions to Offerors-Commercial Items (JUL 2013)

52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013)

52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: (JUN 2014)

52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)

52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)

52.219-8 Utilization of Small Business (MAY 2014)

52.219-14 Limitations on Subcontracting (NOV 2011)

52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (SEP 2010)

52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)

52.222-37 Employment Reports on Veterans (SEP 2010)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

52.2253, Buy American Act‐‐Free Trade Agreements‐‐Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer -System for Award Management (JUL 2013)
52.222-41 Service Contract Act 1965 (MAY 2014)

52.222-42 Statement of Equivalent Rates (MAY 2014)

52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (MAY 2014)

52.222-99 Establishing a Minimum Wage for Contractors (JUN 2014)

52.242-13 Bankruptcy (JUL 1995)

52.246-4 Inspection of Services - Fixed-Price (AUG 1996)

1252.223-73 Seat Belt Use Policies and Programs (APR 2005)
MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00)
(AUG 2005)
MCL.H-3 Indemnity and Insurance
(AUG 2005)
MCL.H.4 Indemnity and Insurance (Additional) (All limits up to $5,000,000.00 are revised to $1,000,000.00 for this solicitation)
(AUG 2005)
MCL.H-6 Standards of Employee Conduct
(AUG 2005)
MCL.H-10 Supplemental Growth Requirements
(AUG 2005)
MCL.H-11 Disposition of Removed Equipment and Scrap
(AUG 2005)
MCL.H-12 Maritime Liens, No Authority to Incur
(AUG 2005)
MCL.L-2 Agency Protests
(AUG 2005)

 

APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2473.txt?v=16

 

INVOICE SUBMISSION INSTRUCTIONS - MARAD

 

The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred.
(1) Electronic invoices shall be addressed to [email protected], with copy to [email protected]

 

Electronic invoices shall conform to the following criteria, or be subject to rejection:

a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format.
b. The e-mail subject shall include the contract/purchase order number and invoice number.
c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #)

 

(2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required.

 

MARAD A/P SAR Invoices Branch
AMZ-160
PO Box 25710
Oklahoma City, OK 73125

 

If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box:

 

MARAD A/P SAR Invoices Branch
AMZ-160
6500 S MacArthur Blvd.
Oklahoma City, OK 73169


SHIP CHECK - SITE VISIT


A pre-quote conference and site visit will be conducted onboard the CAPE CHALMERS at 10:00 a.m. EST, located at its layberth: FLETC, 2000 Bainbridge Avenue, Charleston, SC  29406-2607.

 

WHEN:  Monday, September 15, 2014

 

POC: Mr. Jay Walker, Contracting Officer's Technical Representative, phone 757322-5838; email: [email protected], or Ms. Erika F. Matthews, Contracting Officer, phone 7573225804; [email protected].

 

This is the ONLY site visit that will be conducted.  Quoters are encouraged to attend as failure to attend does not relieve the quoter of accuracy of their proposal and the quoter's responsibility that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost.  In order to make the visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site in writing (email) to the Contracting Officer by 12:00 p.m. EST on Wednesday, September 17, 2014. Responses determined to be necessary will be issued by amendment to the solicitation package.

 

Responsible sources shall provide the following:

 

- Satisfactory Past Performance information for similar services done in the past three (3) years

-  Price quote (Attachment 2) which identifies the requested item(s), quantity, unit price, and extended price

-  Prompt Payment Terms

 - Remittance address, Tax Identification Number, DUNS number

 

All Potential Offerors are required to be a registered vendor in the System for Award Management Maintenance (SAM); formerly Central Contractor Register (CCR).

 

Responses to this solicitation are due Friday, September 19, 2014 at 12:00 p.m. EST.   LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION.  All Quotes are to be e-mailed to [email protected].  No faxed quotes will be accepted.  Please reference the solicitation number on your quote.

 

BASIS FOR AWARD

Award will be made to the responsible acceptable offeror, whose quote is conforming to the solicitation requirements, and offers the lowest evaluated price.    

 

ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169 or e-mail [email protected].

Bid Protests Not Available