Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2004 FBO #1034
SOLICITATION NOTICE

19 -- Pilot services and tugs to dock all ships

Notice Date
9/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Fleet & Industrial Supply Center Seal Beach Div 800 Seal Beach Blvd, Seal Beach CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T1091
 
Response Due
9/28/2004
 
Archive Date
10/28/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The requirement is for the use of pilot services and tugs to dock all ships for one year contract (1 October 2004 ? 30 September 2005) and two one-year options. The requirement is detailed as follows: Provide all equipment and material to accomplish dock services, move all ships and barges into position at the berth. Services are for military vessels and lighters arriving, departing, and shifting berths in the Naval Weapons Station at Seal Beach Harbor. These vessels may include, but are not limited to ships, barges, floating cranes and target ships under tow or self propelled. Pilot services will be assigned to the contractor at the discretion of the Port Ops Site Manager who may direct any ship to take a pilot at any time conditions warrant such action (i.e. Pil! ots to be available 24 hours a day). The contractor has the right to refuse to perform pilotage when the ship has been placed and remains in jeopardy of stranding, collision, or due to adverse weather conditions. The government will give a two hour notice of needed services. The contractor will comply with all licensing, navigational safety, and Coast Guard supervisory regulations applicable to ship movements in the Port of Long Beach Tariff. The contractor will provide required services upon the issuance of oral orders from the ordering office, Seal Beach. The oral order will include the name of the vessel, class, length overall, draft, date and time of move, type of move (arriving/departing/intra-harbor). The contractor will be required to provide a proof of current Masters License with First Class Pilot Endorsement of Anaheim Bay from the U.S. Coast Guard. Licenses shall be on file at the contractor?s address for review by the Government during the period of the co! ntract. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The RFQ number is N00244-04-T-1091. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DFAR Change Notice 20040625 and the business size is 18.5M. The North American Industry Classification System code is standard industrial code is 488310 and business standard size 18.5M. The period of performance is one year with two one-year options. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the fol! lowing addendum clauses: FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.222-41, Service Contract Act of 1965. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provisions DFARS for Certain Domestic Commodities. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision! 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212 -1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, (c) Fax: 562-626-7275, FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solici! tation will be most advantageous and considered the Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of product to meet the Governments requirement. To be determined technically acceptable, the contractor must furnish current Technical Specifications in the form of product literature of the products being offered in accordance with FAR 52.212-1 (b)(4). (ii) Pricing: (a) Contractors must provide current pricing for each CLIN specified. (b) Provide current commercially published price lists or catalog price listings for the equipment being offered. Pricing will be evaluated against other quotations received. Only those quotations which have been determined to have met all factors will be considered for award. (c) Provide prior sale history of same parts sold to DOD and or commercial companies. Provide contract/order number, item, quantity, unit price and the date of sale. A! bility to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Governments requirement may be determined to be unacceptable and not considered for award. OFFEROR REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars . IMPORTANT NOTICE: DFARS 252.204-7004 Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. P! lease ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Anticipated award date is 28 September 2004. Quote will be accepted via fax 562-626-7877 or Email: cuc.tran@navy.mil. . Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00680739-W 20040925/040923212602 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.