Federal Bid

Last Updated on 26 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Massachusetts

T.S. KENNEDY - Annual Inspection, Maintenance & Testing of Fire Extinguishers & Detection System

Solicitation ID DTMA-92-Q-2011-0048
Posted Date 01 Jul 2011 at 1 PM
Archive Date 26 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 6933a2 Dot Maritime Administration
Agency Department Of Transportation
Location Massachusetts 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, effective May 31, 2011.

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 T.S. KENNEDY for the following services: to provide annual inspection, maintenance and testing of various fire extinguishing and detection systems aboard the T.S. KENNEDY.

 

The requested period of performance for the above service is September 6, 2011 - November 1, 2011.

STATEMENT OF WORK:  See Attachment 1, Statement of Work.

Vessel Location:
Massachusetts Maritime Academy

101 Academy Drive

Buzzards Bay, MA 02532

The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are
incorporated by reference.

52.252-2 Clauses Incorporated by Reference

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://www.acquisition.gov/comp/far/current/html/FARTOCP52.html

Transportation Acquisition Regulations (1252.)                http://www.dot.gov/ost/m60/tamtar/part1252.htm

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

52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.)
52.212-4 Contract Terms and Conditions-Commercial Items;
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:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K)

52.219-28 Post-Award Small Business Program Representation.
52.222-3 Convict Labor,
52.222-19 Child Labor - Cooperation with Authorities and Remedies,
52.222-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K)

52.2253, Buy American Act‐‐Free Trade Agreements‐‐Israeli Trade Act (Over 25K)
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration
52.222-41 Service Contract Act

52.223-18 Contractor Policy to Ban Text Messaging While Driving
1252.223-73 Seat Belt Use Policies and Programs
MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00)
MCL.H-3 Indemnity and Insurance
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)
MCL.H-6 Standards of Employee Conduct
MCL.H-10 Supplemental Growth Requirements
MCL.H-11 Disposition of Removed Equipment and Scrap
MCL.H-12 Maritime Liens, No Authority to Incur
MCL.L-2 Agency Protests

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/05-2259.txt

 SHIP CHECK - SITE VISIT

A pre-quote conference and site visit will be conducted onboard the TS KENNEDY at 10:00 a.m. ET, located at its layberth located at Massachusetts Maritime Academy, 101 Academy Drive, Buzzards Bay, MA 02532.

WHEN:  July 13, 2011

POC: Mr. Jeffrey H. Brown, Contracting Officer's Technical Representative, phone 757694-5505; email:  [email protected], or Ms. Monique R. Leake, Contracting Officer, phone 7573225820; [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 should be submitted in writing (email) to the Contracting Officer. Responses determined to be necessary will be issued by amendment to the solicitation package.

 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   

Responsible sources shall provide the following:

Price quote which identifies the requested item(s), quantity, unit price, and extended price (see Quote Sheet, Attachment 2)
Total price
Prompt Payment Terms
Remittance address, Tax Identification Number, DUNS number and Cage Code
Responses to this solicitation are due July 15, 2011 at 1:30 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION.  All Quotes are to be emailed to Monique.Leake@dot.gov.  No faxed quotes will be accepted.  Please reference the solicitation number on your quote.

BASIS FOR AWARD
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.

Bid Protests Not Available