|
Solicitation Number: DTMA2Q10025 Notice Type: Combined Synopsis/Solicitation Synopsis:
B) The solicitation number for this procurement is DTMA2Q10025 and is issued as a Request for Quotation (RFQ). SITE VISIT: A site visit will be conducted onboard the TS Empire State at 10:00 a.m. EST, located at SUNY MARITIME COLLEGE, 6 Pennyfield Ave., Bronx, NY 10465, WHEN: TUESDAY, MARCH 16, 2010, 10:00 A.M. EST. POC: Mr. Lous Martucci, Contracting Officer Technical Representative (COTR) at 757-286-4837; email: [email protected], or Mr. Thomas Dowd, Chief Engineer, 718-409-5590 or Ms. Eileen Williams, Contracting Officer, 757-322-5824; email: [email protected]. CLIN 0001; Deck Repair (Scullery Room) 1 JOB $ 0002; Deck Repair (Recreation Room) 1 JOB $ ____ Perform all work in accordance with the Statement of Work. F) Location: On board Training Ship Empire State, SUNY Maritime College, 6 Pennyfield Ave., Bronx, NY 10465. G) The period of performance shall start within 3 days after award with a 30 day performance period. H) The provisions at FAR 52.212-01, Instructions to Offerors Commercial Items, 52.212-04, Contract Terms and Conditions Commercial Items, 52.212-05, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (including 52.213-01, 52.213-02, 52.213-03, 52.219-01, 52.222-03, 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-42, 52.222-43, 52.222-48, 52.222-54, 52.223-06, 52.232-01, 52.232-08, 52.232-16, 52.232-18, 52.232-19, 52.232-25, 52.232-33, 52.233-01, 52.233-03, 52.242-15, 52.243-01, 52.245-02, 52.245-04, 52.246-01, 52.246-16, 52.247-34, 52.249-01, 52.249-08, and 52.252-02) apply. Also, MARAD MCL.H-3, Indemnity and Insurance; MCL.H-4, Indemnity and Insurance (Additional); MCL.H-7, Environmental Concerns/Asbestos Related/Hazardous Materials/Petroleum & Petroleum Products: Environmental Compliance; 1252.223-71, Accident & Fire Reporting. The government shall make award to the lowest price quotation, representing the best value when compared to any lower priced quotation. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the quote unless the offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov and there are no changes. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items 52.233-2 SERVICE OF PROTEST (AUG 1996) (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, paragraph (c)(1). MOD 01: correct DOL Wage Determination: J) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. Offers shall provide three references from similar projects. Reference information should include name and telephone of contacts, contract number, contract amounts, and dates of previous (3 years) and current contracts. L) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions - Commercial): not applicable M) STATEMENT OF WORK (SOW)-See attachment SECURITY: Contractor shall be responsible for obtaining installation access as required, for vehicles and personnel needed at the work site. Contractor personnel shall report to the Department of Transportation, Maritime Administration (MARAD), Division Atlantic Operation (DAO), COTR, Mr. Louis Martucci, 757-286-4837, [email protected], before performance of work. Contractor shall observe applicable personnel security directives in place at Suny Maritime College, Bronx, NY and the TS Empire State. DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, interior/exterior equipment, or systems caused by the contractor, as a result of work performed under this contract, shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components, to return the damaged area to its condition before the damage incident. INVOICES SHALL BE SUBMITTED TO THE Department of Transportation, Maritime Administration (MARAD), DOT/Enterprise Services Center (ESC), OFO/FAA, Oklahoma City, MARAD A/P Branch, AMZ-150; PO Box 25710, Oklahoma City, OK 73125 and/or submitted electronically to: [email protected] N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER DTMA2Q10025 P) Quotes will be accepted at Department Of Transportation, Maritime Administration (MARAD), Division Atlantic Operation (DAO), 7737 Hampton Boulevard, Building 19, Suite 300, Norfolk, VA 23505-1204, and must be received NO LATER THAN 4:00 PM local time (EST) ON March 18, 2010. Facsimile Quotes, FAR Clause 52.215-5, WILL BE accepted at fax #: 757-322-5858 as well as email Quotes to: [email protected]. However it is highly recommended that fax & email transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." . Primary Point of Contact.: |
|