Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

B -- TS STATE OF MAINE Annual Vessel Security Program Audit

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA92Q20120017
 
Point of Contact
Melinda Simmons-Healy, Phone: (757) 322-5819, Monique R. Leake, Phone: (757) 322-5820
 
E-Mail Address
melinda.simmons-healy@dot.gov, Monique.R.Leake@dot.gov
(melinda.simmons-healy@dot.gov, Monique.R.Leake@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for Training Ship STATE OF MAINE for the following services: The requested period of performance for the above service is February 15, 2012 - March 31, 2012. STATEMENT OF WORK: Background and Intent: The Training Ship State of Maine is a U.S. Government owned ship provided to the Maine Maritime Academy for the purpose of training young men and women toward a career in the U.S. Maritime Industry. It is the intent of this PWS for the Contractor to provide the services of a qualified individual and/or team of individuals, to perform an audit of the ship's Vessel Security Plan (VSP) in accordance with the requirements of the Maritime Transportation Security Act (MTSA) and the U.S. Coast Guard (USCG). Location: The Training Ship State of Maine is berthed at her pier at the Maine Maritime Academy, Castine, ME 04420. Performance Period/Work Hours: This PWS shall begin as soon as possible after award and must be completed by March 31, 2012. Reference: 33 CFR 104.415 DESCRIPTION OF WORK: ITEM 0001: Perform Audit The Contractor shall provide all labor, materials, equipment and services to accomplish this PWS in accordance with the requirements of 33 CFR 104.415, the USCG and the MTSA. The Contractor shall be provided a copy of the ship's VSP upon contract award. The Contractor shall thoroughly review the VSP and develop an auditing plan and checklist based upon its contents. Using the auditing plan and checklist, the Contractor shall attend the T.S. State of Maine at her berth at Maine Maritime Academy and perform an audit of the ship's implementation of the VSP. Following the audit, the Contractor shall provide a written and oral report to the Vessel Security Officer (VSO) and others, as deemed necessary. The report shall address both successes and concerns with the ship's VSP implementation. In the areas where there are concerns, the Contractor shall provide suggested actions for improvement. Notes: Transportation and per diem expenses shall be included in this quote as well as all labor and material costs. The Contractor is requested to state the point of departure and return of the audit team and to estimate the total cost for this CLIN over the period of this contract. All interested bidders are requested to send a brief description of their qualifications and certifications to include a list of previous customers to which they have provided a VSP audit. Vessel Location: TS STATE OF MAINE, 1 Water Street Castine, ME 04220-5000 The following FAR, Transportation Acquisition Manual (TAM), and MARAD local provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 322-5858 52.223-18 Contractor Policy to Ban Text Messaging While Driving Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm 1252.223-73 Seat Belt Use Policies and Programs U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm MCL.H-2 Supplemental Work Requests (Subparagraph (d)(10) is $5,000.00) MCL.H-3 Indemnity and Insurance MCL.H.4 Indemnity and Insurance (Additional) (All limits up to $5,000,000.00 are revised to $1,000,000.00 for this solicitation) MCL.H-6 Standards of Employee Conduct MCL.H-10 Supplemental Growth Requirements MCL.H-11 Disposition of Removed Equipment and Scrap MCL.H-12 Maritime Liens, No Authority to Incur MCL.L-2 Agency Protests APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contact Act wage determination applicable to this requirement is available online at the following address: http://www.wdol.gov/wdol/scafiles/std/05-2241.txt INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-160 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-160 6500 S MacArthur Blvd. Oklahoma City, OK 73169 Responsible sources shall provide the following: •1. Price quote which identifies the requested item(s), unit price, and extended price •2. Total price •3. Prompt Payment Terms •4. Remittance address, Tax Identification Number, DUNS number •5. Responses to this solicitation are due February 7, 2012 at 5:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Melinda.Simmons-Healy@dot.gov or faxed to 757-322-5858 Attn: Melinda Simmons-Healy. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA92Q20120017/listing.html)
 
Place of Performance
Address: Maine Maritime Academy, 1 Water Street, Castine, Maine, 04420, United States
Zip Code: 04420
 
Record
SN02665483-W 20120203/120201234625-371f1a43ba1351343c912332aafda062 (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.