Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2010 FBO #3316
SOLICITATION NOTICE

19 -- Anchor Stowage Modification for NOAA Ship PISCES - RFQ EA133M-11-RQ-0148

Notice Date
12/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-11-RQ-0148
 
Archive Date
1/10/2011
 
Point of Contact
Carol M. Anton, Phone: 757-441-6573, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
Carol.M.Anton@noaa.gov, christine.jeffries@noaa.gov
(Carol.M.Anton@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing OD-581-002 (Sheets 1 - 6) Anchor Handling Modifications NOAA Std Spec S0100 Implementation & Conduct of Check Points The Glosten Assoc. Inc. specification for Anchor Handling Modifications RFQ EA133M-11-RQ-0148 Anchor Stowage Modifications for NOAA Ship PISCES ANCHOR STOWAGE MODIFICATIONS ON BOARD NOAA SHIP PISCES. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotations (RFQ) number is EA133M-11-RQ-0148. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-47. The RFQ is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code is 336611, which has a corresponding size standard of 1,000 employees. The National Oceanic and Atmospheric Administration (NOAA) requires the following items: Contract Line Item Number (CLIN) 0001 - Provide all labor, materials, and equipment necessary to perform Anchor Stowage Modifications aboard NOAA Ship PISCES in accordance with the attached Statement of Work (SOW), 1 JOB $__________________. CLIN 0002 - Additional Item Requirements (AIRs)/Growth Labor Rate per hour for an estimated 150 hours, Unit Price $______, Extended Price $____________. CLIN 0003 - AIRs/Growth Material Markup/Handling Fee, for an estimated amount of $5,000.00, Unit Price ______%, Extended Price $_____________. CLINs 0002 and 0003 relate to Growth Work. The unit price will be used throughout the life of the contract if growth work is added to the scope of the contract. If AIRs are issued, these items will be awarded at the quantities needed via a contract modification. The quantity shown is an estimate only and may be exceeded at the unit prices offered. [See CAR clause 1352.271-72 and FAR clause 52.212-4, (c) Changes] The Glosten Associates, Inc. Specification for Anchor Handling Modification (dated 21 August 2006); Drawing No. OD-581-002 "Anchor Handling Modification" (Sheets 1 - 6); and, NOAA Standard Specification S0100 are incorporated by reference and provided as an attachment to this RFQ. Copies of drawings and technical manuals not issued with the RFQ are available for review at the Port Engineer's office (George Morris at (228) 769-1155), Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS. The Anchor Stowage Modifications shall start on or about January 10, 2011 and be completed by February 21, 2011. This period of performance includes any AIRs authorized by the Contracting Officer via modification. The work shall be accomplished aboard the PISCES at the Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS 39567. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted electronically either by fax to 757-664-3653 or via e-mail to Carol.M.Anton@noaa.gov by 12:00 P.M. EST on December 28, 2010. Award resulting from this RFQ will be made based on price and meeting the required delivery date. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Carol.M.Anton@noaa.gov ; questions must be received before 4:00 PM Eastern Standard Time on December 23, 2010. Telephonic requests will not be honored. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2010), with its quote. [An offeror shall complete only paragraph (b) of this provisions if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. Note: Paragraph (k)(2) of this provision, Certifications regarding exemptions from the application of the Service Contract Act, is considered checked by the Contracting Officer. Therefore, the contractor must certify as to whether it is applicable. Depending on how the contractor certifies as to applicability will determine insertion of either FAR clauses 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustments (SEP 2009), or 52.222-53 Exemption From Applicable of the Service Contract Act to Contracts for Certain Services - Requirement (FEB 2009). In the event that the vendor does not certify that it is exempt from the Service Contract Act, Wage Determination Number 2005-2301 (Rev 10) dated 06/15/2010 shall be applicable. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) applies to this acquisition with the following agenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.228-70 Insurance Coverage (APR 2010) CAR 1352.228-72 Deductibles under Required Insurance Coverage-Fixed Price (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph (b): Department of Commerce, NOAA ERAD, Attn: Carol Anton, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph (c): U.S. Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington, DC 20230} CAR 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) CAR 1352.237-72 Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.246-70 Place of Acceptance (APR 2010) {Fill-in paragraph (b) on board NOAA Ship PISCES, Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS} CAR 1352-270-70 Period of Performance (APR 2010) {Fill-in paragraph "a": January 10, 2011 - February 21, 2011; paragraph (b) does not apply.} CAR1352.201-72 Contracting Officer's Representative (COR) (APR 2010) {Fill-in paragraph "a": to be provided at the time of award.} CAR 1352.271-72 Additional Item Requirements (AIRs) - Growth Work (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (DEC 2010) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable, as such consider the following clauses checked: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), Alt I (OCT 1995) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (9) 52.219-6, Notice to Total Small Business Set-Aside (JUN 2003) (12) 52.219-8, Utilization of Small Business Concerns (DEC 2004) (14) 52.219-14, Limitations on Subcontracting (DEC 1996) (20) 52.219-28, Post Award Small Business Program Representation (APR 2009) (21) 52.222-3, Convict Labor (JUN 2003) (23) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) (24) 52.222-26, Equal Opportunity (MAR 2007) (25) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (27) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (27) 52.222-37, Employment Reports on Veterans (SEP 2010) (28) 42.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (34) 52.225-1, Buy American Act -- Supplies (FEB 2009) (37) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (42) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-11-RQ-0148/listing.html)
 
Place of Performance
Address: Gulf Marine Support Facility, NOAA Ship PISCES, 151 Watts Avenue, Pascagoula, Mississippi, 39567, United States
Zip Code: 39567
 
Record
SN02348882-W 20101223/101221234717-a41fbc9c86c1ded867e1eef983210b85 (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.