MODIFICATION
J -- T.S. Golden Bear Incinerator Installation - Amendment 1
- Notice Date
- 4/3/2013
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
- ZIP Code
- 94105-1905
- Solicitation Number
- DTMA94Q20130014
- Point of Contact
- Patricia L. Etridge, Phone: (415) 744-2586
- E-Mail Address
-
patricia.etridge@dot.gov
(patricia.etridge@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- REVISED SOW Amendment 000003 changes the SOW and extends the closing date to 4/4/13 at 4PM PT as follows: 1. Statement of Work is changed to add Paragraph 5.8 to CLIN 001 SHIP'S INCINERATOR INSTALLATION to clarify the electrical requirements for installation. Revised copy of the Statement of Work is attached. It adds the following verbiage: CLIN 0001 Paragraph 5.8 INCINERATOR INSTALLATION ELECTRICAL - The following is a general overview of what is expected by the awarded contractor regarding the electrical part of the installation: 1) High Voltage supply to the Incinerator Control panel The Contractor is to supply and install the Voltage Supply and it is to be wired up from the location indicate during the Ship Check to the Control panel with appropriate wire size for the voltage and amperage needed. All parts of the application to meet ABS and USCG criteria for runs and connections and attachment. Reference: 5.4 Contractor shall make the electrical connection from the existing Motor Control Center at STB Aft Bhd ¿ Engineers Operating Station to the New Incinerator as per Installation Drawing. Install a new 70A breaker with the same specification as existing. 2) Emergency Shutdown The Contractor is to supply and install an emergency shutdown outside of the space in a location designated by the Chief Engineer and/or First Engineer. The cabling and run to meet ABS and USCG criteria. The Shutdown assembly to be compatible with the environment namely to be waterproof and tamperproof. 3) External Alarm Ship¿s Force will be supplying the cabling and connections. Contractor should be prepared to assist and should price in costs for 3 each bulkhead/deck penetrations and 4 each cable support (steel welded metal) plus appropriate strapping. 4) Flue Gas Damper The Contractor is to supply and install cable from the First Engineer designated location for the Flue Gas damper operator to the Incinerator Control Panel. Cabling to be for the correct gauge and length for the application and to meet ABS and USCG criteria. 5) Temperature Transmitter from Flue The Contractor is to supply and install cable from the First Engineer designated locations for the Flue Gas Temperature Transmitter to the Incinerator Control Panel. Cabling to be of the correct gauge and length for the application and to meet ABS and USCG criteria. 6) Fire Suppression Controls The Contractor supplied Sub-Contractor for the Fire Suppression controls to designate the location of the fire suppression actuated contact that needs to be wired up to the Incinerator control panel. Contractor to supply correct wire gauge and length to the connect the Incinerator control panel and the fire suppression contact. The cable to be installed as appropriate to meet ABS and USCG criteria Reference: Contractor supplied drawings have a CO2 release mounted externally to the house at the 04 level and it shows a CO2 release shut-down pressure switch. The connection from the pressure switch to the Incinerator panel is not shown and needs to be added as a requirement for the Contractor. General Notes: 1) All Contractor wiring must be ABS/USCG approved ¿no smoke¿ type with the proper size and rating for the service. 2) All Contractor strapping must be ABS approved and not plastic unless local ABS Surveyor approves of same. 3) All cabling must be attached to a solid structure and if none exists for the location, then the Contractor is responsible for same. All new cable supports to be welded or bolted and then cleaned, primed and painted with two (2) coats of paint. Color to be approved by First Engineer 4) Contractor to have Electrician to be familiar with terminal strips in the Incinerator Control cabinet and other locations and must use correct tools. If incorrect tool is used and terminal strips are damaged Contractor is responsible to supply and make good. 2. The Solicitation DTMA4Q20130014 close date is extended to 4/4/2013 at 4PM PT. All other terms and conditions remain unchanged. ********************************************************** Amendment 000002 changes Factor 2 - Technical Capability requirements for submission with Quote as follows: GENERAL REQUIREMENTS: 3-- EVALUATION FACTORS FOR AWARD The following two non-price factors and the cost factor shall be used to evaluate offers: FACTOR 1 - PAST PERFORMANCE The government will assess the relevance of the contract(s) or subcontract(s) performed in the last three years which required work similar in size and scope to the work described in the Statement of Work (SOW). FACTOR 2 - TECHNICAL CAPABILITY Offerors shall provide a narrative explaining the technical approach to completing the work (not to exceed three typewritten pages), specifically explaining the work sequencing logic and how the approach will optimize the installation and startup effort. Offerors will also provide copies of the resumes of proposed experts/technical representatives to accomplish but not limited to: 1) Rigging and fitting personnel 2) Welding specialist with current certificates approved by ABS 3) Fire Safety for the shutdown of the Incinerator & closing of the Rollup Door & closing of the incinerator damper 4) Connecting to the Engine Control Room from the Incinerator Control Panel alarm No change to the Solicitation DTMA4Q20130014 close date 4/3/2013 at 4PM PT. All other terms and conditions remain unchanged. ************************************************************** Amendment 000001 1. The ship check is changed to Thursday, 3/21 at 9AM onboard the vessel. No change to the Solicitation DTMA4Q20130014 close date 4/3/2013 at 4PM PT. 2. Reference availability of drawings mentionned at SOW paragraphs 2.1, 2.2, and 2.3 hard copies will be scanned and available for distribution at the ship check or for viewing aboard the vessel. To schedule an appointment contact John T. Coyle, First Engineer Training Ship Golden Bear via email at jcoyle@csum.edu. 3. All other terms and conditions remain unchanged. ************************************************************** The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price contract to install a new Ship's Solid Trash Only Incinerator. The requested period of performance for the above service is 30 days starting on or about April 1, 2013. Proposed ship check is scheduled for xxxxxxxxxxxx at 9:00 AM on board the Training Ship the Golden Bear. Solicitation DTMA4Q20130014 closes 4/3/2013 at 4PM PT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. NAICS code 336611 applies. This is NOT a small business set-aside. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61B dated October 15, 2012. GENERAL REQUIREMENTS: 1-- INSTRUCTIONS TO OFFERORS a) This solicitation is issued in accordance with FAR Part 12, Commercial Items for Vessel Repairs on the Training Ship the Golden Bear. The Department of Transportation, U.S. Maritime Administration (MARAD), San Francisco, CA intends to award a firm fixed price purchase order for TS Golden Bear for an Incinerator Installation. The proposed contract will be performed while the vessel is located at Vallejo, California, at the foot of 200 Maritime Academy Drive. 2-- INSTRUCTIONS TO OFFERORS - submittal required with quote The following information is required from Offerors and must be submitted with your quote: A. PRICE - Individual prices for all items listed in the schedule, summed to establish a Total Price. B. PAST PERFORMANCE - Offerors shall provide a list of all contracts (Not to exceed three), commercial and/or government performed within the last 3 years for work similar to the instant procurement, including a brief summary, original contract dollar value, completed period of performance, and customer point of contract (address, telephone number and e-mail). C. TECHNICAL PROPOSAL - Offerors shall provide a narrative explaining the technical approach to completing the work (not to exceed three typewritten pages), specifically explaining the work sequencing logic and how the approach will optimize the performance and reliability of the vessel's automation system upgrades. Offerors will also provide copy of the resumes of proposed experts/technical representatives. 3-- EVALUATION FACTORS FOR AWARD The following two non-price factors, listed below in order of importance, and the cost factor shall be used to evaluate offers: FACTOR 1 - PAST PERFORMANCE The government will assess the relevance of the contract(s) or subcontract(s) performed in the last three years which required work similar in size and scope to the work described in the Statement of Work (SOW). FACTOR 2 - TECHNICAL CAPABILITY AMENDMENT 000002 REVISED REQUIREMENTS. 4-- EVALUATION CRITERIA The Government will evaluate bids in response to the solicitation without discussion and will award a contract to the technically responsive bidder whose bid, conforming to the solicitation will be most advantageous to the Government will be considering the total price of all line items. The Government will evaluate all non-price factors as pass/fail, and if all non-price factors pass the quote is technically acceptable. All quotes are compared in order to determine the lowest price, which will be the quote that is selected for award. The Government will evaluate the lowest price bid by taking the total of Contract Line items to include all Option items. Option items will be awarded based on availability of funds. 5-- SITE VISIT/SHIP CHECK - A pre-solicitation ship check is scheduled for Wednesday March 20, 2012 at 9 AM pier-side on board the vessel located in Vallejo, CA. Interested parties please contact Jim Sunfors, Contracting Officer Representative via email at jim.sundfors@dot.gov or by calling 415-744-2563. The solicitation DTMA4Q20130014 closes on Wednesday, 4/3/2013 at 4PM. 6-- QUOTE SUBMITTAL - This solicitation allows quotes to be transmitted by email. All email bids shall be addressed to Patricia Etridge, Contracting Officer at patricia.etridge@dot.gov. In accordance with FAR 52-216-1, quotes must be received by the Contracting Officer, including any amendments and revisions and all evaluation factors required above by the time specified in the solicitation. 7-- REPS AND CERTS - The FAR requires that offerors provide Reps & Certs at least annually via ORCA. Reference FAR 52.212-03 for further instructions. The link to ORCA is http://orca.bpn.gov.5 8 -- DEPT OF LABOR WAGE DETERMINATION - SOLANO COUNTY CA WD 05-2069 (Rev.-12) was first posted on www.wdol.gov on 06/19/2012 and a copy is included in the statement of work. ATTACHMENT 1: REQUEST FOR QUOTE - STANDARD FORM 1449 ATTACHMENT 2: QUOTE SHEET ATTACHMENT 3: STATEMENT OF WORK ATTACHMENT 4: TERMS AND CONDITIONS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20130014/listing.html)
- Place of Performance
- Address: 200 Maritime Academy Drive, Vallejo, California, 94590, United States
- Zip Code: 94590
- Zip Code: 94590
- Record
- SN03027849-W 20130405/130403234835-abcd88f93e72932fcbe2c3c5ad8d6d9d (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 |