Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2004 FBO #1067
SOLICITATION NOTICE

W -- lease of liquid cargo tank barge for San Diego CA

Notice Date
10/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0049
 
Response Due
11/10/2004
 
Archive Date
12/10/2004
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. 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. Solicitation number / RFQ N00244-05-T-0049 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.m! il. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and DFAR Change Notices effective through 9/30/04. The standard industrial code is 7359 (NAICS 532299) and the business size standard is $6 million. The agency need is for the lease of a liquid cargo tank barge, minimum size of 225,000-gallon capacity. The statement of requirements is as follows: Barge shall be capable of receiving and storing compensating water from ships while in port in San Diego CA (Government shall dispose of waste water). Barge shall not be self-propelled and shall be towed using a Government provided tug. The Contractor shall provide all routine maintenance for the barge and its components. The Contractor shall provide a complete set of new synthetic mooring lines consistent with commercial mooring practices upon commencement of service. The barge shall have appropriate cleats and/or chocks for barge mooring ! to vessel or pier. The barge shall have adequate fendering for protection of the Government vessels. The Contractor shall also demonstrate the ability to substitute the barge during periods of routine maintenance or in the event of a breakdown. The Government shall provide ballasting / de-ballasting pumps, hoses and connections. Operation requirements for liquid cargo tank barge are as follows: Liquid cargo tank barge shall be U.S. flagged and documented. Barge shall be double hull steel constructed. Contractor shall have $5 million in liability insurance and $10 million in pollution insurance. The tugs shall be U.S. flagged. Captains shall possess a U.S. Coast Guard Master of Towing License. Contractor shall have a business license. This requirement is for a fixed priced contract for a one-year lease commencing on 12/1/04 through 11/30/05. Barge is required in the San Diego harbor. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items appli! es. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements and 52.232-18, Availability of Funds. 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 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 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. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. 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: technical capability is significantly more important than price and past performance. To be determined technically acceptable, the offeror shall provide documentation that they meet the requirements as set forth in the statement of work. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense! Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 11-10-04, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, ! 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00699358-W 20041028/041026212127 (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.