SOLICITATION NOTICE
V -- Marine Traffic Controllers, Vicksburg District, Mat Sinking Unit
- Notice Date
- 8/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-10-T-0053
- Response Due
- 8/27/2010
- Archive Date
- 10/26/2010
- Point of Contact
- Leah McCain, 601-631-7905
- E-Mail Address
-
USACE District, Vicksburg
(leah.b.mccain@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation No. W912EE-10-T-0053 is being issued as a Request For Quote (RFQ) with the intent to award as simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This procurement is 100% set-aside for Small Business. The NAICS Code for this procurement is 488330, SIC Code 4992, with Size Standard of $7.0m. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi, Vicksburg District, Mat Sinking Unit has a requirement for two (2) Marine Traffic Controllers for approximately fifteen (15) days each. Vendors are encouraged to quote on all or part of the items requested. The Government reserves the right to make multiple awards. In the past, two (2) separate contracts have been awarded for this requirement. This procurement may be quoted as follows: Line Item 000l: Services for one (1) Marine Traffic Controller in accordance with the following specifications. Services are to begin on or about 14 November 2010. Quantity: 15, Unit of Measure: Days, Unit Price: $ _________; Total amount of Line Item 0001: $ ____________. Line Item 0002: Services for one (1) Marine Traffic Controller in accordance with the following specifications. Services are to begin on or about 14 Nov. 2010. Quantity: 15, Unit: Days, Unit Price: $ _________; Total amount of Line Item 0002: $ ____________. GENERAL SPECIFICATIONS: 1. SCOPE OF WORK: The Marine Traffic Controller must have knowledge of all applicable Coast Guard rules and regulations. The controller must apply and utilize his extensive river knowledge in determining vessel priority and maintaining maximum traffic flow for safe operating conditions. The controller will be responsible for making radio contact with the river traffic for the purpose of minimizing vessel created wave action and other navigational hazards during mat sinking operations along the Mississippi river banks. The controller is expected to converse with other pilots and navigation interests in the area and apply diplomacy and tact in controlling river traffic. The controller must have four (4) years experience with the New Orleans/Baton Rouge Pilots Association, and be familiar with the Mississippi River. The Marine Traffic Controller must possess and maintain a current Master Pilots license with unlimited tonnage within the range from Baton Rouge, La to the mouth of the Mississippi River. The controller must have knowledge of river traffic such as small river vessels, single barge tows, multiple barge tows and ocean going vessels. The marine traffic controller must have four (4) years of verifiable experience as a qualified marine traffic controller. 2. REQUIREMENTS: Each marine traffic controller is expected to work twelve (12) hours per day seven (7) days a week. The schedule for working will be six (6) to six (6) seven days a week with the schedule approved by the Chief, Revetment Section. Any changes to this time shall be approved by the Chief, Mat Sinking Unit. Substitutions of the Marine Traffic Controller will be limited to emergencies only, and will be subject to approval of the Chief, Mat Sinking Unit. The Mat Sinking Unit is estimated to be in the Mississippi River (mile 113 LDB and below) on or about 14 Nov. 2010, for approximately 15 days. The cost will be based on a twelve (12) hour daily work period. Meals and lodging will be provided by the Government aboard the Mat Sinking Unit. 3. QUALITY CONTROL: The contractor shall utilize their own internal quality control processes to ensure services are performed in accordance with commonly accepted commercial practices and this scope of work. 4. QUALITY ASSURANCE SURVEILLANCE PLAN: Reference to the Federal Acquisition Regulations (FAR) Clause 52.212-4(a) Inspection/Acceptance. The inspection and acceptance procedures specified within this contract set forth a general policy that only the services performed by the Contractor in strict accordance with the Scope of Work will merit payment. The Government will inspect and monitor the Contractor's performance by appointing a Contracting Officers Representative and a Quality Assurance Inspector (QAI), to monitor performance to ensure services are received under this contract. The Government representative will evaluate the Contractor's performance through close on-site inspections and receipt of complaints from government employees. The Government will also receive and investigate complaints from government employees or industry. The COR shall be responsible for initially validating customer complaints and shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). Table 4.1 SERVICE DELIVERY SUMMARY Performance objective Scope of Work - see Paragraph 1 Scope of Work Performance threshold - No more than 4 Customer complaints during Life of contract. Non-compliance with SOW may be grounds for cancellation of contract Performance objective Requirements see Paragraph 2 Requirements Performance threshold - No more than 4 complaints during Life of contract. Performance ThresholdDEDUCTION 1st Complaint written warning 2nd Complaint10% Weekly Salary for one week 3rd Complaint25% Weekly Salary for one week 4th Complaint Termination/Replacement These deductions may be made from payment due the Contractor by the Government should the Contractor fail to meet performance threshold. Failure to report at the beginning of the designated shift will result in a complaint. Failure to contact passing vessels and coordinate traffic in a timely manner will result in a complaint. Failure to comply with the Scope of Work will result in a complaint up to cancelation of the contract depending on the severity of the non-compliance. The following FAR Clauses apply to this acquisition: FAR Provision 52.212-1, Instructions to Offerors - Commercial. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause FAR 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the following clauses cited within that clause: FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.222-50 Combating Trafficking in Persons; FAR FAR 52.232-33 Payment by Electronic Funds Transfer all apply to this acquisition. The clause 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial items; Clause 252.204-7004 ALT A, Central Contractor Registration; and Clause 252.232-7010, Levies on Contract Payments; apply to this Solicitation. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 27 August 2010, not later than 4:00 p.m. Central Time at the USACE Vicksburg District Contracting Office, 4155 East Clay Street, Vicksburg, MS, 39183, ATTN: LEAH MCCAIN. Email proposals will be accepted provided all required literature is included. Fax proposals will not be accepted. For information concerning this solicitation contact Leah McCain by phone at 601-631-7905 or email at Leah.B.McCain@usace.army.mil. TECHNICAL INQUIRIES AND QUESTIONS: All technical inquiries and questions relating to W912EE-10-T-0053 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0053 The Bidder Inquiry Key is: G7KR48-3XEEJU Bidders are encouraged to submit questions at least three days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0053/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02242582-W 20100818/100816235744-dc9e50e0a8523dd359f0fbf7210fbee3 (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 |