SOLICITATION NOTICE
19 -- CHT removal service at the Navy Fuel Farm Point Loma San Diego CA
- Notice Date
- 11/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0059
- Response Due
- 11/15/2004
- Archive Date
- 12/15/2004
- 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 N00244-05-T-0059 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. T! his 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 4492 (NAICS 488330) and the business size standard is $6 million. The agency need is for a CHT removal service contract for the Point Loma Fuel Farm. The statement of work is as follows: This contract is for CHT removal at the Navy Fuel Farm La Playa (Point Loma). Commander Navy Region Southwest (CNRSW) Port Operations (Port Ops) requires the use of barge(s) to take the place of the normally installed CHT removal systems for ships visits. The Contractor shall provide all the equipment and material to accomplish the following: 1) Provide service within 24 hours notice. 2) Removal of all CHT from visiting U.S. Navy Vessels. 3) Provide temporary hose connections from the barge to the ship. 4) Remove / add / swap barges as required based on daily fill rate. 5) Dispose of collected CHT as specified by Navy COR. 6) Clean and return barges to ?as-is? condition. The Contractor shall provide all towing services and will place the CHT collection barges into position at the berths and remove as necessary. Minimum barge specifications: 1. Barge(s) shall be US Flagged, documented and capable of operating outside the line of demarcation. 2. Welded steel double hull configuration LOA 110? x 28? Beam. 3. CHT holding capacity: 75,000 gallons 4. Adequate mooring lines, cleats and chocks for securing alongside US Navy ships, wharves, and piers. 5. Permanently installed non-marring gray ?D? rubber fendering on all sides as well as ?Yokohama? type fendering. 6. Contractor shall have a minimum of three CHT barges locally available for simultaneous use in the event of high volume discharge or equipment break down. Contractor shall hold a minimum of $5 million liability insurance and $10 million pollution insurance. The tugs moving the barges shall be U.S. flagged. The Captains piloting the tugs shall have a U.S. Coast Guard Master of Towing License. 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 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 Executiv! e 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 11-15-05, 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
- SN00702770-W 20041104/041102212114 (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 |