SOLICITATION NOTICE
19 -- Repair & Maintenance of the 41' Vessel of the Bay Commitment
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 713930
— Marinas
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NFFKH010-7-22323
- Response Due
- 9/13/2007
- Archive Date
- 9/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFK-7-22323 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The NOAA Chesapeake Bay Office (NCBO) Field Operations Program requires marine equipment installation, vessel modifications, and vessel and engine repair and maintenance services on a periodic and as needed basis for the Research Vessel BAY COMMITMENT (F4106). These services will need to be performed at one or more of the following locations: our home port at the Smithsonian Environmental Research Center (SERC) in Edgewater, Maryland; at remote sites where the vessel may be located during its regular operations on the Chesapeake Bay and its tributaries; or at the selected vendor's marina or marine repair facility with the capacity to lift the 41- vessel (vessel specifications provided in appendix 1). Location of the delivery of service will depend on the specific circumstances of the required work and in the context of the vessel's mission requirements. Timely mobile repair capability is essential. The services required include, but are not limited to: 16 Ton lifting capacity; metal fabrication and installation; factory authorized inboard engine (diesel) installation, maintenance, and repair for Cummins Diesel Products; marine electronics installation, maintenance, and repair (including radar); marine hydraulics design, installation, maintenance, and repair; and general vessel systems installation, maintenance, and repair (e.g., marine air conditioning I,M,& R; hull and running gear maintenance and repair). These services must be effective, efficient, and available in a timely manner in order to maintain critical NCBO mission support operations. The contractor shall perform the specified tasks from September 17, 2007 to August 31, 2008. The resulting purchase order shall be negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-19. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following evaluation factors while relatively equal are listed in order of importance: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. All responsible sources that can meet the requirements and provide services listed above may respond to this combined synopsis/solicitation with a quote addressed to Gina E. Lee, NOAA Acquisition Division, 1305 East West Highway, Room 7144, Silver Spring, MD 20910, to be received no later than September 13, 2007. Responses may be faxed to (301) 713-0806 or e-mailed to Gina.E.Lee@noaa.gov. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
- Record
- SN01396732-W 20070908/070906220525 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |