SOLICITATION NOTICE
19 -- Alaska Barge Service - Pricing Schedule
- Notice Date
- 7/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483211
— Inland Water Freight Transportation
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region II, 26 Federal Plaza, Suite 1337, New York, New York, 10278, United States
- ZIP Code
- 10278
- Solicitation Number
- HSFE10-13-A-5018
- Archive Date
- 8/2/2013
- Point of Contact
- Daisy Joseph, Phone: 2254216353
- E-Mail Address
-
daisy.joseph@fema.dhs.gov
(daisy.joseph@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Pricing Schedule for Barge This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued as a Request for Quotes (RFQ). The solicitation number is HSFE10-13-A-5018, entitled Barge Services. The Department of Homeland Security Federal Emergency Management Agency intends to issue a Blanket Purchase Agreement (BPA) for Barge Services. The solicitation incorporates provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-67. The North American Industrial Classification System code is 483211 Inland Water Freight Transportation with a small business size standard of 500 employees. In accordance with the Stafford Act, contracts or agreements with private organizations, firms, or individuals, preference shall be given, to the extent feasible and practicable, to those organizations, firms, and individuals residing or doing business primarily in the state of Alaska. Statement of Work: Provide barge services for the Fairbanks, Alaska to food affected areas of such as Galena, Fort Yukon, Hughes, Eagle, Circle, Emmonak, Alakanuk and possibly other areas of Alaska. Services will include loading and unloading. Cargo may consist of Building Materials, Vehicles, and non-stackable items. Vendors are responsible for all permits, fees, duties, toll, and other costs shall be deemed included in the quoted price. See attached Pricing Schedule. The following provisions and clauses apply to this acquisition and can be viewed through internet access at http://farsite.hill.af.mil reference FAR 52.252-1 and 52.252-2. Instructions to Offerors 1. To ensure timely evaluation of the quote, the offeror must follow the instruction contained herein. The quote must be complete, independent, and respond directly to the requirements of this synopsis/solicitation. 2. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested. 3. The contractor will fill out the SF1449, the pricing schedule and submit quote. The contractor agrees to hold pricing for 30 calendar days from the date specified for receipt of quotes. Provisions at 52.212-2 Evaluation- Commercial Items As a result of this solicitation the Government intends to award a BPA to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers; Price only. In accordance with FAR 52.212-2: Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ. The contractor must be registered in System for Award Management (SAM). The website is: www.sam.gov. Terms and Conditions FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders- Commercial Items. The following FAR provisions apply: 52.219-28 Post Award Small Business Program Representative, 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, 52.222-36 Affirmative Action for Worker with Disabilities, 52.335-13 Restrictions of Certain Foreign Purchases, 52.222-50 Combating Trafficking in Persons, and 52.223-18 Contractor Policy to Ban Text Messaging While Driving. Additional: 52.204-4 Printed Copied Double-Sided on Recycled Paper, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52.223-3 Hazardous material Identification and Material Safety Data, 52.223-4 Recovered material Certification, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances, 52.223-12 Refrigeration Equipment and Air Conditioners, 52.223-15 Energy Efficiency in Energy-Consuming Products, 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.223-19 Compliance with Environmental management Systems. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 6 months; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months. Description of Agreement: This agreement is offered for the purchase of barge services for the flooded areas of the state of Alaska. The Government is obligated only to the extent of authorized calls actually placed against this BPA and shall not be liable in any manner in the event no calls are made. The contract minimum is $3,000.00 and the contract ceiling for this BPA is $500,000.00. The period of performance shall be one (1) year from the date of award with a six (6) month option. Only the Contracting Officer or designated representative(s) is/are authorized to sign or call for services under this agreement. Delivery: All prices shall be inclusive. Delivery shall include disaster areas in the state of Alaska to include: Galena, Emmonak, Alakanuk, Hughes, Fort Yukon, Circle, Eagle, other areas may be included. Offers are due not later than 2:00 pm (Alaska Time) on Tuesday, 30 July 2013. Please email your quote package to Daisy.Joseph@fema.dhs.gov. Package should consist of completed SF1440, Price Schedule and Offeror Representations and Certifications- Commercial Items. Wage Determination: Seattle District Office US Dept. of Labor Wage & Hour Division 300 Fifth Avenue, Suite 1130 Seattle, WA 98104 Phone: (206) 398-8039 1-866-4-USWAGE (1-866-487-9243) Donna Hart District Director
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegII/HSFE10-13-A-5018/listing.html)
- Place of Performance
- Address: Various Location Throughout Alaska, Alaska, United States
- Record
- SN03125221-W 20130726/130724234744-6a240e1fc3ac40e1648da3e2a3ae6acc (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 |