SOLICITATION NOTICE
20 -- New York, NY. Requirement for Repair and Maintenance of National Park Service Vessel, Liberty IV.
- Notice Date
- 1/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- Q1940110691
- Response Due
- 1/18/2011
- Archive Date
- 1/7/2012
- Point of Contact
- Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@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
- (i) 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.(ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. (iii) This solicitation is a total small business set-aside, NAICS 336611, Ship Building and Repairing, with a small business size standard of 1,000 employees. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses.(iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. The National Park Service is seeking a qualified contractor with specialized experience with repairs and maintenance of vessels. The National Park Service requires repairs and maintenance of the National Park Service (NPS) vessel, "Liberty IV". Towing of Liberty IV beyond 500 yards is not allowed. Optional work, as specified in Paragraph 1.3, 4(c) of the below Statement of Work, may be required. All repairs, maintenance, and clean up shall be performed in accordance to the specifications in the Statement of Work (included below). If you would like a copy of the contract bid schedule emailed to you, please send an email requesting so, to cheryl_adamski@nps.gov. (v) LOCATION: All work under this contract must be performed at the contractors' facility. The Government will deliver the vessel to any vendor's designated docking facility, up to the 30 mile radius of the Statue of Liberty National Monument, Ellis Island, Liberty Island, New York, NY 10004. Due to hull design and lack of towing bits suitable for the weight of the vessel, towing of the Liberty IV for more than 500 yards is not allowed. The vessel can travel at a maximum speed of 10 knots. The vessel will be returned to the Government with the same amount of fuel in the tanks as when the vessel was delivered to the contractor. (vi) SITE VISIT: If any parties are interested in attending a site visit, please respond to this announcement via email to cheryl_adamski@nps.gov, requesting so. (vii)SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted following successful approval of repairs and maintenance.(viii)SCHEDULE: All work to be performed under this contract shall commence within 3 calendar days after contract award. Performance is tentatively scheduled to commence on January 24, 2011. The vendor will be given 14 calendar days, following the date the contractor receives the vessel, for performance completion. The time frame for completion shall include final clean up of the vessel. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1.Quote provided on attached bid schedule.2.Written descriptions of three (3) previous projects of a similar nature, completed within the past five years. Projects should demonstrate the vendor's experience in providing vessel repair and maintenance services.3.Provide a minimum of three (3) references (one for each project), completed within the past five years, with the names and telephone numbers of contacts. Past performance on contracts with the Federal Government, other public agencies, or private organizations will be considered.4.Proof of CCR registration.5.Name, phone number, and address of your point of contact. (x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria:1.The offeror shall demonstrate at least three (3) to five (5) years of successfully completing services of a similar type, involving vessel repair and maintenance services.2.The offeror shall demonstrate satisfactory performance completing vessel repair and maintenance services.(xi) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(xii)FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - 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, with paragraph (b) clauses indicated by number 7, 9, 19, 20, 21, 22, 23, 35, 40, and paragraph (c) clauses indicated by number 1, 2. (xiii)The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.(xiv)Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Cheryl Adamski, with a courtesy copy sent to cheryl_adamski@nps.gov. The due date and time is 10:00am ET on Monday, January 18, 2011. (xv)Applicable Wage Determination: WD 94-0196 (Rev.-24) Statement of Work - Required Maintenance for NPS Vessel, Liberty IV:1.1 GENERAL INTENTION It is the intention under the terms and conditions of this contract to obtain Maintenance and Repair of the National Park Service (NPS) 65 foot long x 25 foot wide, 80 ton, steel hull Vessel "Liberty IV", by means of a Fixed Price with an Optional Unit Price item type contract, complete and ready for use as defined herein. Included under the scope of work are shore power connections and potable water connections which will be made available by the contractor and is included in the Fixed Price with no additional charges. The contractor shall be responsible for making all required connections and disconnections from the Government Vessel. No additional cost(s) shall be incurred by the Government for the connection and disconnection of the Utilities.The contractor shall store the vessel at their site during the entire performance of this contract. All costs for storage are included under the fixed price portion of this contract.Fixed Price Work. Work that can be identified in advance, in both sufficient detail and quantities, and for which a fair and reasonable price can be obtained is identified as Fixed Price Work. Optional Unit Priced Work for this specific contract is for straightening the port shaft as indicated below in clause 1.3 DESCRIPTION line 4.c. 1.2 LOCATIONAll work under this contract must be performed at the contractors' shipyard facility that is located not more than 2 hours vessel travel time (at a maximum of 10 knots) from Ellis Island. Towing of Liberty IV beyond 500 yards is not allowed. 1.3 DESCRIPTIONThe Contractor shall provide all, supervision, labor, materials, tools, equipment and all incidental and related work to perform the following listed work in accordance with the specification as stated herein. 1.Haul and Block / Dry dock vessel. (A docking plan is available upon request)2.Remove port and starboard propellers. 3.Disconnect port and starboard shaft from power / transmission. 4.Remove and clean port and starboard STAINLESS STEEL (SS) 3-1/2 inch shafts. a.Straighten starboard shaft with no greater than.003" deviation of trueness. b.Check port shaft for trueness with not more than.003" deviation. The "Contracting Officer Representative" COR or their technical representative shall be present and confirm this, and the Contracting Officer shall be notified accordingly of findings. c.(Unit Price Line Item) Straighten port shaft with no greater than.003" deviation of trueness.5.Replace port and starboard intermediate cutlass bearings. 6.Remove and replace (1) Drive Saver between the transmission and output shaft flange on the Starboard Drive/Trans.7.Install new outer flanged rubber cutlass bearings on port and starboard 3-1/2" shafts. Before the port and starboard shafts are reinstalled, (remove old packing) and install new packing on both shaft drip-style stuffing boxes. The contractor shall utilize the appropriate sized Teflon coated packing on all shafts, the number of turns that will be installed around the shafts shall be in accordance with industry standards. 8.The contractor shall reinstall the port and starboard propellers. The government shall furnish (2) new propeller nuts with (2) locking nuts, and (2) new SS carter pins for the contractor to install. Reinstall the locking nuts with carter pins using maximum torque.. 9.Install (2) new egg shaped zinc shaft anode on each 3-1/2" tail shafts. (Currently there are no zincs on shafts; these were removed on 12/31/2010.)10.The contractor shall check and correct engine to tail shaft alignment for both port and starboard sides. The maximum allowable deviation from trueness is (.002 of an inch). The COR or their technical representative shall be present during this work and confirm said tolerances in the presence of the contractor.1.4TIME FOR COMPLETIONAll work to be performed under this contract shall commence within 3 calendar days after contractaward, and shall be completed within 14 calendar days. 1.5 EXISTING WORKThe removal or altering in any way of existing components, apparatuses and or vessel workings shall be carried on in such a manner as to prevent injury or damage to any portion(s) of the existing work which remain(s).All portions of existing components, apparatuses and or vessel workings which have been altered in any way during construction operations shall be repaired or replaced in kind and in a manner to match existing or adjoining work, as approved by the Contracting Officer. All work of this nature shall be performed by the Contractor at the Contractor's expense and shall be performed as directed by the Contracting Officer. At the completion of all operations, existing work shall be in a condition equal to or better than that which existed before the new work started.1.6 UNFORESEEN CONDITIONS No additional work will be performed without approval of the Contracting Officer. The contractor will notify the Contracting Officer's Technical Representative of any unforeseen condition and submit a written proposal for what the additional work consists of and a cost to perform the task. CONTRACT BID SCHEDULE__________________________________________________ REQUEST FOR QUOTEMaintenance and Repair of Liberty IVStatue of Liberty National Monument, Ellis Island, Liberty Island, New York, NY 10004.Submit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. BASE BID ITEM NO 1: Maintenance & Repair of Items #1-10 (with the exception of 4(c)), in Paragraph 1.3, of the Statement of Work. BASE BID ITEM NO 1: LUMP SUM $ ______________/LOT-------------------------------------------------------------------------------------------------------------------------------OPTIONAL WORK ITEM NO 2: Optional Work may be required to straighten port shaft with no greater than.003" deviation of trueness. Description can be found in Paragraph 1.3, Item 4(c), of the Statement of Work. OPTIONAL WORK ITEM NO 2: LUMP SUM $ ______________/LOT -------------------------------------------------------------------------------------------------------------------------------WARRANTY: Please indicate timeframe contractor guarantees work for. WARRANTY Timeframe: ________________________ Total of Base Bid Item 1LUMP SUM $ ______________/LOT Total of Optional Work Item 2LUMP SUM $ ______________/LOT TOTAL= $________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1940110691/listing.html)
- Place of Performance
- Address: Statue of Liberty National Monument, Ellis Island, Liberty Island, New York, NY 10004.
- Zip Code: 10004
- Zip Code: 10004
- Record
- SN02356460-W 20110109/110107234238-83e8f1d29ada37e4e8c35325cd9e3cc3 (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 |