MODIFICATION
W -- Crane Rental with operator for a project at Fort Massachusetts, Ocean Springs, Mississippi
- Notice Date
- 1/20/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- WASO - HPTC - Historic Preservation Training Center Gambrill House4801-A Urbana Pike Frederick MD 21704
- ZIP Code
- 21704
- Solicitation Number
- N2742100046
- Response Due
- 1/26/2010
- Archive Date
- 1/20/2011
- Point of Contact
- Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional information is added to the Synopsis/Solicitation as a result of the on-site Pre-Proposal Conference held on January 13, 2010 as follows: Only one location is acceptable for the barge to access Fort Massachusetts for unloading the crane. The barge and crane shall come in west of the Fort in the area identified by the National Park Service (NPS) boat captain during the Pre-Proposal Conference at North Beach. When off-loading, the prop has to float above the bottom and the engine shall be shut down as to not blow a gorge. The NPS will mark the landing area with reflectors for a possible night landing. The Contractor shall provide the Contracting Officer's Technical Representative (COTR) with advance notification of the proposed mobilization and haul plan. The plan shall include a schedule with estimated time for barge landing and crane off loading. The NPS will approve review and approve prior the plan. There will be no fuel storage on-site other than that is what is needed to operate the crane. The maximum size fuel container is 30 gallon approved catty or 5 gallon approved containers. The NPS will haul fuel for the Contractor on Monday with return of containers to the NPS dock on Friday for Contractor re-fill. At the end of each week during the weekly Friday return trip, the Contractor is required to haul fuel back to the dock. The Contractor shall be prepared to haul enough fuel to keep the crane operational for a week. The Contractor is required to have a secondary container response plan, carry absorbents and have a spill kit on-site.The crane operator will not be allowed to stay on West Ship Island without NPS Supervision. The identified 10-hour a day schedule includes travel time for the operator on Monday and Friday. Reporting time for NPS transport will be 6:00 a.m. on Monday leaving the Island at 3:30 p.m. on Friday. Work hours identified in the notice remain unchanged for Tuesday through Thursday. Housing for the crane operator will be provided in one of the two trailers identified during the Pre-Proposal conference. No other housing for the operator is available. The NPS will provide rigging for stone and materials. The NPS will remove 12 feet of sand from the scaffolding to allow access for the crane. Two set-up locations were identified for crane positioning based on NPS work needs. The NPS will provide a 16" x 16" flat surface for crane placement. The Contractor shall provide all other blocking needed for stabilization of the crane. The Contractor shall provide an Optional Price to move two travel trailers off Ship Island onto the Contractor provided barge. The NPS will move from their present location to the pick-up location for the crane. Dimensions of the trailers are: Trailer 1: Terry by Fleetwood, Date Mfr. 09/05 GVWR: 10,000 pounds, GAWR: 5080 pounds per axle, VIN Number: 1ea1b312364284700; Trailer 2: Travel Star XLT, Starcraft RV Inc, GVWR: 7,100 pounds, VIN: 1saebso2r6cck6352. The Contractor shall barge trailers to the Contractor's barge location. The NPS will pick-up trailers within 48 hours of offloading at the Contractor's facility. Optional pricing for removal of the two trailers will not be evaluated as part of the award decision. Should the Government choose to elect the option it will be added as a modification to the awarded contract. Pricing shall be provided for the Optional Requirement as follows: Removal of two trailers 2 Each at $_____________ per trailer. The following are changes to the Synopsis/Solicitation as posted: In the case of work stoppage or postponement of work, the Government will provide the Contractor with a written Email notification of postponement 8 hours prior to the operators assigned reporting time. This is a change from the 16 hour notice in the original solicitation. The date for proposal submission is extended from 12:00 p.m. January 21, 2010 to 12:00 p.m. Eastern Standard Time, January 26, 2010. The date for contract award is changed from: February 3, 2010 to February 9, 2010. The mobilization date is changed from: February 10, 2010 to: February 11, 2010 through February 15, 2010. The following additional clause is added to the contract: FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Sept 2000) (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $2,509 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. Evaluation Criteria - Delete the old and replace with: Delete: "The following evaluation criteria will be used to evaluate proposal submission: (1) Identify type and size of crane and the ability to transport by barge; (2) Written confirmation of the ability to meet the required delivery date of February 10, 2010; and (3) A brief narrative describing how off loading of crane and transport to the fort will occur without damaging park resources. The evaluation criteria are listed in descending order of importance: Criteria 1, 40 points and Criteria 2 and 3, 30 Points each." Replace with: The following evaluation criteria will be used to evaluate proposal submission: (1) Provide a brief narrative identifying the type and size of the crane, acknowledge the location the crane will be offloaded, your proposed plan for offloading and the steps taken ensure resources are not damaged during off-loading and loading; (2) Identify who the crane operator will be and provide a copy of their certification. Confirm their ability for the duration of the contract. Should they not be available for the entire contract period, identify potential replacements and provide a copy of their certification; (3) Identify all subcontractors proposed for use under this contract, provide qualifications and explain how oversight will occur for the duration of the project; and (4) Provide written confirmation of the ability to meet the required delivery date of February 20, 2010. The evaluation criteria are listed in descending order of importance: Criteria 1, 35 points, Criteria 2, 35 Points Criteria 3, 15 Points, and Criteria 4, 15 Points.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2742100046/listing.html)
- Place of Performance
- Address: Ocean Springs, Mississippi
- Zip Code: 39564
- Zip Code: 39564
- Record
- SN02045751-W 20100122/100120235421-524e2d6eef48b64986207d1274d7fffd (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 |