Federal Bid

Last Updated on 04 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Location Unknown

TSGB DESIGN CHILLER

Solicitation ID DTMA94Q20130035
Posted Date 11 Sep 2013 at 6 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 6991pe Dot Maritime Admin
Agency Department Of Transportation
Location United states

********************************************************************

AMEND 0001 changes the Terms and Conditions to add the requirements for submission with the quote. (copied below)  All other terms and conditions remain unchanged.  The RFQ closing date remains Friday, 9/13/2013 at 2PM PT.

ATT3 TERMS & CONDITIONS revised 9/10/13 attached and as follows:

 

5

INSTRUCTIONS TO OFFERORS - submittal required with quote

The following information is required from Offerors and must be submitted with your quote:

A.                PRICE - Individual prices for all items listed in the schedule, summed to establish a Total Price.

B.                 PAST PERFORMANCE - Offerors shall provide a list of all contracts (Not to exceed three), commercial and/or government performed within the last 3 years for work similar to the instant procurement, including a brief summary, original contract dollar value, completed period of performance, and customer point of contract (address, telephone number and e-mail).

C.                 TECHNICAL PROPOSAL -   Offerors shall provide a narrative explaining the technical approach to completing the work (not to exceed three typewritten pages), specifically explaining the work sequencing logic and how the approach will optimize the performance and reliability of the vessel's automation system upgrades. Offerors will also provide copy of the resumes of proposed experts/technical representatives.

6

EVALUATION FACTORS FOR AWARD

The following two non-price factors, listed below in order of importance, and the cost factor shall be used to evaluate offers:

FACTOR 1 - PAST PERFORMANCE

The government will assess the relevance of the contract(s) or subcontract(s) performed in the last three years which required work similar in size and scope to the work described in the Statement of Work (SOW).

 FACTOR 2 - TECHNICAL CAPABILITY

In this instance, all non-price factors, which are listed in the order of importance, essentially relate to a "pass/fail" consideration and all proposed offers that are technically acceptable and include an acceptable past performance "pass." These offers are then compared in order to determine the lowest price based on the total of all Line Items including all Option Items which will be the proposal that is selected for award.   Within the technical evaluation factor, the offeror will also be evaluated based upon the brand name or equal sub-factor.

7

EVALUATION CRITERIA

The Government will evaluate bids in response to the solicitation without discussion and will award a contract to the technically responsive bidder whose bid, conforming to the solicitation will be most advantageous to the Government will be considering the total price of all line items.  The Government will evaluate all non-price factors as pass/fail, and if all non-price factors pass the quote is technically acceptable.  All quotes are compared in order to determine the lowest price, which will be the quote that is selected for award. The Government will evaluate the lowest price bid by taking the total of Contract Line items. 


******************************************************************** 

COMBINED SYNOPSIS/SOLICITATION TSGB DESIGN FOR CHILLER

1

GENERAL DESCRIPTION/REQUIREMENTS:

 

The  Department of Transportation, U.S. Maritime Administration (MARAD), San  Francisco, CA intends to award a firm fixed price purchase order for DESIGN FOR CHILLER ON THE  T. S. GOLDEN BEAR per the attached solicitation.  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; quotes are requested. 

The Solicitation DTMA-94-Q-2013-0035 is issued as a request for quote (RFQ) which closes Friday, 9/13/2013 at 2PM PT.   The required delivery date is December 20, 2013.  The North American Industry Classification System (NAICS) code is 541330, Engineering Services-Marine Engineering and Naval Architecture. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2005-67 July 22, 2013. The proposed contract will be performed while the vessel is located at Vallejo, California, at the foot of 200 Maritime Academy Drive. 

 

2

INSTRUCTIONS TO OFFERORS

Request for Quotation response to this solicitation is due Friday, 9/13/2013 at 2:00 p.m. local time, San Francisco, CA.    Email offers to [email protected].  Please reference the solicitation number on your quote.   EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED.

3

PERIOD OF ACCEPTANCE OF OFFERORS:

The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes.

4

LATE OFFERS:

Request for Quotations of quotes received by [email protected] after the exact time specified for receipt of offers MAY NOT be considered.

5

EVALUATION/AWARD:

IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the vendor whose price is judged to represent the best value to the government.

6

TERMS AND CONDITIONS:

 

The following Federal Acquisition Regulation (FAR); Transportation Acquisition Manual (TAM), and Maritime Administration (Marad) provisions and clauses apply to this solicitation and are incorporated by reference.  This solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. 

52.252-2 Clauses Incorporated by Reference - This solicitation 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 address: http://www.acquisition.gov/far/index.html

Applicable U.S. Maritime Administration Provisions and Clauses (MCL.) as referenced below can be found at:

https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm

 

52.204-7 Central Contractor Registration (now SAM @ https://www.sam.gov/) All prospective awardees must be registered at www.sam.gov prior to receiving an award; 

52.212-1 Instructions to Offerors-Commercial Items;

52.212-2 Evaluation - Commerical 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://www.osdbu.dot.gov/Related/ORCA.cfm)

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 apply to the solicitation:

52.219-8  Utilization of Small Business Concerns

52.219-14 Limitations on Subcontracting

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) 

52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving

52.225-1   Buy American Act - Supplies

52.225-2   Buy American Act Certificate

52.225-3   Buy American Act-Free Trade Agreements-Israeli Trade Act (Over 25K)

52.225-13 Restrictions on Certain Foreign Purchases, and

52.222-41 Service Contract Act of 1965

52.222-42 Statement of Equivalent Rates for Federal Hires

52.223-73 Seat Belt Use Policies and Programs

52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (SAM)

 

FAR 52.211-08                       TIME OF DELIVERY- REQUIRED DELIVERY SCHEDULE                                                                

The performance period is estimated to be 45 days from Notice To Proceed.

 

 

far 52.216-01

Type Of Contract

 

This is a FIRM FIXED PRICE contract.

 

 

far 52.233-02

Service Of Protest

 

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) Patricia L. Etridge by obtaining written and dated acknowledgment of receipt from [email protected].

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

 

7

TERMS AND CONDITIONS: special contract requirements

https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm#_Toc284070184

 

8

SITE VISIT/SHIP CHECK

 

A ship check is scheduled for Monday, 9/9/2013 at 10 AM pier-side on board the vessel located in Vallejo, CA.  Interested parties please contact Patricia Etridge, Contracting Officer via email at [email protected].  

 

9

REPS AND CERTS

The FAR requires that vendors provide Reps & Certs at least annually via ORCA.  Reference FAR 52.212-03 for further instructions.  The link to ORCA is http://orca.bpn.gov.5    VENDORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER.   Vendors that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration.

10

DEPT OF LABOR WAGE DETERMINATION - SOLANO COUNTY CA

 

APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is California - Solano County - WD 05-2069 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013.  Complete copy at http://www.wdol.gov/wdol/scafiles/std/05-2069.txt?

 

************************************************************************************

REGISTER OF WAGE DETERMINATIONS UNDER  |        U.S. DEPARTMENT OF LABOR

       THE SERVICE CONTRACT ACT        |  EMPLOYMENT STANDARDS ADMINISTRATION

By direction of the Secretary of Labor |         WAGE AND HOUR DIVISION

                                       |         WASHINGTON D.C.  20210

                                       | Wage Determination No.: 2005-2069

Diane C. Koplewski       Division of   |           Revision No.: 13

Director            Wage Determinations|       Date Of Revision: 06/19/2013

_______________________________________|____________________________________________

State: California

Area: California Counties of Napa, Solano, Sonoma

____________________________________________________________________________________

          **Fringe Benefits Required Follow the Occupational Listing**

 

11

list of attachments

 

ATT1 - SF1449 TSGB DESIGN CHILLER

ATT2 - SOW TSGB DESIGN CHILLER  dated 082813

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Sep 2019 at 6 PM
Location Unknown 15 Dec 2016 at 10 PM
Location Unknown 03 Jan 2014 at 5 PM
Location Unknown 03 Jan 2014 at 5 PM
Viking Minnesota 19 Dec 2012 at 10 AM