Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2008 FBO #2343
SOLICITATION NOTICE

V -- Vessel Charter for 5 days from port Homer or Kodiak, Alaska and operating in waters near Semidi Islands, Alaska

Notice Date
4/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, US Fish & Wildlife Service - R7 Contracting & General Services1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
701818Q038
 
Response Due
5/13/2008
 
Point of Contact
Christie VandenDries Contract Specialist 9077863415 christie_vandendries@fws.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. The solicitation number for this request is 70181-8-Q038 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-06) and Federal Acquisition Regulation (FAR). This is a small-business set-aside procurement under NAISC classification code: 483112, and PSC: V124. The small business size standard is 500 employees. B. 1. BASE BID ITEMS: Base Bid Item One:Provide seaworthy vessel for approximately 5 days during the last week of July, 2008 (can start as early as July 23 or end as late as Aug. 3) in accordance with the SPECIFICATIONS and SCOPE OF WORK. USFWS will pay only for days the charter will be utilized and can not guarantee a minimum or maximum number of days the charter will be required for support. Area of operation will be from Homer or Kodiak to Semidi Islands and return; USFWS personnel will meet the vessel in Homer or Kodiak Alaska. The vessel will provide transportation and support for 6 people working on a goose capture project. The ship would need to have a skiff suitable for getting crews ashore (preferably an inflatable large enough to get everyone ashore within 2 trips from the ship). Approximately 3 days would be spent on site with the personnel sleeping on the ship each night. Base Bid Item One: $__________ B. 2. UNIT PRICING FOR INCREASED OR DECREASED QUANTITIES A. The following provides estimated quantities, unit prices, and the extended totals for the unit prices for the increased or decrease quantities that are increases or decreased form work set forth in these specifications, all of which is included in the lump sum base bid set forth above. In order to be considered for payment as "Increased quantities"- those increases must be authorized by the Contracting Officer in writing prior to accomplishing any "increased quantity" work. In the event that there is a difference between a unit price and the resultant extended total, the unit price will be held to be the intended bid and the total re-computed accordingly. If a bidder provides a total, but fails to enter a unit price, the total will be divided by the specified increased or decreased quantity and will be the intended unit price. B. The bidder proposes to perform increased or decreased quantities work for stated resulting additions, increases or decreases, to the Base bid. Additions shall include all modifications of work or additional work that the bidder may deem to be required to perform by reason of field additions or changes specifically authorized by the Contracting Officer. Bid increased or decreased quantities work shall include allowances for overhead and profit, and within the established time for completion. 1) Unit price per day for vessel charter: $_______ per day x 1 day = $__________ 2) Unit price per day for meals for six (6) USFWS personnel: $_______x 3 meals per day x 6 USFWS personnel = $___________ 3) Unit price per gallon of fuel for skiff support: $_______ per gallon = $__________ 4) Unit price per day for vessel operational fuel: $_______ per day = $__________ SCOPE OF WORK AND EQUIPMENT REQUIREMENTS:Provide seaworthy vessel for approximately 5 days during the last week of July, 2008 (can start as early as July 23 or end as late as Aug. 3) in accordance with the SPECIFICATIONS and SCOPE OF WORK. USFWS will pay only for days the charter will be utilized and can not guarantee a minimum or maximum number of days the charter will be required for support. Area of operation will be from Homer or Kodiak to Semidi Islands and return; USFWS personnel will meet the vessel in Homer or Kodiak Alaska. The vessel will provide transportation and support for 6 people working on a goose capture project. The ship would need to have a skiff suitable for getting crews ashore (preferably an inflatable large enough to get everyone ashore within 2 trips from the ship). Approximately 3 days would be spent on site with the personnel sleeping on the ship each night. SPECIFICATIONS:1. Provide name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than five (5) years old. USFWS must approve any change in the named vessel listed in the contract. 2. Current color photograph of the vessel and of the inside spaces and staterooms must be provided. 3. Name, proof of U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least two (2) years of experience operating watercraft of the size being offered in the following geographic region of Alaska: Gulf of Alaska. 4. Vessel must meet U.S. Coast Guard standards for either an "oceanographic" or "motor vessel" for safe operations at sea in the geographic area the Gulf of Alaska. 5. Contracted vessel shall have marine and general public liability insurance with limits of liability in accordance with Department of the Interior insurance regulations as follows: D1452.228-70LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JUL 96)JULY 1996 (a)The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $275,000 each person $275,000 each occurrence$275,000 property damage (b)Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 6. The length of the work day will be jointly determined each day by the Captain and the USFWS project leader. In the event of a disagreement, the FWS project leader has final authority, except for work stoppage due to uncontrollable circumstances, such as unsafe weather or sea conditions, or other safety-at-sea considerations as determined by the Captain. The Captain will have ultimate authority and responsibility for the vessel and all personnel aboard and therefore retains the right to operate the vessel in a safe manner based on his/her best judgment. 7. Vessel shall be fully licensed by the US Coast Guard as required by law and shall have passed all appropriate US Coast Guard requirements for safety and seaworthiness. Proof of certification shall be provided with the offer resulting from this solicitation. 8. Vessel shall be capable of maintaining a cruising speed of at least 5 knots. Areas of safe anchorage will be identified by the vessel master or Captain. 9. Vessel shall be equipped with radar, Loran C, or GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, and two VHF radios. Survival suites shall be provided for 6 USFWS personnel. 10. The contractor must provide one skiff or inflatable type boat to bring personnel ashore each day on site. 11. Contractor will be responsible for all fuel requirements for the vessel being chartered during the vessel's time at sea and during work of the period of performance of the awarded contract. 12. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel and the skiff. 13. Mechanical breakdown that causes rescheduling of the USFWS operational schedule shall require the contractor to deduct the daily cost for that period of time from their final invoice. GENERAL GUIDELINES 1. The vessel master or designee will, at all times, maintain radio contact with USFWS personnel working on shore or in the skiff, according to a pre-arranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken for a pick-up. 2. Safety orientation will be given on the first day by the vessel master to all USFWS personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of survival suits, man overboard procedures, and procedures for evacuation of vessel. ACCOMMODATIONS1. Vessel must have at least six (6) permanent bunks with mattresses available for USFWS personnel and additional permanent bunks for required crew members. Bedding can be provided by USFWS crews if arranged prior to departure from Homer or Kodiak. 2. Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas, and shall be heated and have adequate ventilation. 3. Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 60 db in the living and work areas and from undesirable and noxious odors. 4. Vessel lights, heat, hot water, sanitation facilities (including wash basins, toilet, and shower), galley, and cooking and eating supplies shall be appropriate to support up to six (6) USFWS personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned routinely by a vessel crew member. 5. Vessel shall be capable of providing a hot water shower for each USFWS person every two days. 6. Vessel shall have a minimum of 150 cubic feet of dry gear storage space for personal belongings of up to six (6) USFWS persons. MEALS1. Two hot meals (breakfast and dinner), and one cold meal (lunch) per day for 6 USFWS people shall be provided. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, USFWS will notify the contractor at least 5 days prior to scheduled departure of the nature and number of special dietary requirements. DELIVERY POINT, (FOB):The date and place of delivery and acceptance and FOB point shall be Kodiak or Homer, Alaska, on the dates specified in the scope of work. USFWS personnel will meet the vessel at the port for boarding and loading of equipment. PROVISIONS AND CLAUSES:The Provision at FAR 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. The applicability of FAR 52,212-2, Evaluation-Commercial Items applies, and the specific criteria to be used for evaluation shall be as follows: 1) Total Price; (cost analysis for determining low bidder will be based on total overall bid. Total overall bid means Base Bid Item One+ Increase/ Decrease Items 1+2+3+4= total overall bid) 2) Equipment and technical acceptability to the specifications listed in this solicitation 3) Additional discounts and/or rebates Offerors must supply a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items when responding to this solicitation. The Clause found at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items applies to this acquisition. 144805.06 CONTRACT ADMINISTRATION MAY 1997144805.08 APPOINTMENT OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE MAY 1997D1452.228-72 LIABILITY FOR LOSS OR DAMAGE --DEPARTMENT OF THE INTERIOR APRIL 1984 POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive proposals. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Christie VandenDries, Contracting Officer US Fish and Wildlife Service (907) 786-3415 phone, (907) 786-3923 fax, email: Christie_VandenDries@fws.gov PROPOSAL SUBMISSION:Quotes must be received at the following address, by via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is May 13, 2008 at 2:00pm: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor Rd, MS 171Anchorage, AK 99503Ph: (907) 786-3818Fax: (907) 786-3923 Evaluation of proposals and contract award will be made within five (5) business days following the closing date of this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ec2003af84916e47875f1f549418c7f&tab=core&_cview=1)
 
Place of Performance
Address: Homer or Kodiak, AK to Semidi Islands, AK
Zip Code: 996038021
 
Record
SN01560542-W 20080426/080424220559-6ec2003af84916e47875f1f549418c7f (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 |
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.