SOLICITATION NOTICE
R -- Standby Rescue and Safety Support Services - Wage Determinations - Duties and Responsibilities - Offeror Representations and Certifications -- Commercial Items
- Notice Date
- 11/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL5517P0060
- Archive Date
- 11/30/2016
- Point of Contact
- Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS Duties and Responsibilities Wage Determinations 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13 and FAR Part 12. This requirement is %100 set aside for Small Business and only qualified offerors may submit quotes. The applicable NAICS code is 541990 and the size standard is $15,000,000. The solicitation number is DTSL55-16-P-0060 and the solicitation is issued as a request for proposal (RFP). Item No. Description 1. 2. 3. 4. 5. 6. Provide stand-by rescue team services to assist with permit-required confined spaces, in accordance with OSHA requirements as follows: Mobilization/Demobilization, to include travel time, mileage, and equipment: One (1) rescue personnel: $ Each additional rescue personnel: $ Hourly rescue service rate, up to eight (8) hours on-site per person/per day (equipment included): $ per hour Hourly rescue rate in excess of eight (8) hours on-site, per person/per day (equipment included): $ per hour Hourly rescue service rate for time on-site on weekends, per person/per day, equipment included: $ per hour Hourly rescue service rate for time on-site on federal holidays, per person/per day, equipment included: $ per hour Minimum call-in time and charge : $ Lump Sum SLSDC intends to award two Blanket Purchase Agreements For the period December 1, 2016 through September 30, 2018. Each BPA shall have a ceiling amount of $30,000 and there is no minimum order guarantee. * Submittals : All offerors must submit a capabilities statement, to include: 1. Core competencies 2. Past performance 3. Corporate data 4. Contact information 5. All other information required in the evaluation criteria. "Certificates of Insurance" shall be submitted with your quote and prior to beginning work. All offerors shall submit a company safety manual and a company operations manual. *Other Instructions: All lodging and meals will be paid in accordance with federal Travel Requlations. Current Rates: $91.00 per night for Lodging and $51.00 per day for Meals & IE Response times: Offerors must have the ability to respond to unscheduled requirements within Eight (8) hours and scheduled requirements within 24 hours. Offeror must possess the capabilities to perform vertical insertions and extractions of approximately 100 feet. The Corporation may furnish some of the equipment required; however, this will be on an individual basis at the direction of the Corporation's Project Officer. Estimates may be requested for planned work and shall be provided to the Contracting Office upon request. A sample list of duties for confined space teams is listed as the attachment named Duties and Responsibilities. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items(APRIL 2014) applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. The factors in (a) (b) and (c) of the provision shall be used to evaluate offers and are included in paragraph are as follows: a) The Government will award two Blanket Purchase Agreement (BPA), resulting from this solicitation to the responsible offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price/Cost (60%) 2. Technical Capability (25%) 4. Past Performance (15%) Price reasonableness will be determined by competition and compared with the Independent Government Cost Estimate (IGCE) and historical prices paid. Price carries the most weight, however all evaluation factors other than cost or price, when combined, are less important than cost or price. The evaluation criteria for determining price will consist of: 1.) Mobilization/Demobilization, for Two (2) rescue personnel. 2.) Hourly rescue service rate for eight (8) hours on-site for two(2) rescue personnel (equipment included). 3.) One (1) hour in excess of eight (8) hours on-site, for two(2) rescue personnel (equipment included). 4.) Eight (8) Hours at weekend rate for two(2) rescue personnel (equipment included). 5.) Eight (8) Hours at holiday rate for two(2) rescue personnel (equipment included). 6.) Minimum call-in charge * Please provide pricing in the schedule above. (b) Award will be made on the basis of the score assigned to each quote by the Source Selection Authority. As prescribed in FAR15.101-1 -- Tradeoff Process. (c) A written notice of award signed by both parties furnished to the offeror within the time for acceptance specified in the proposal shall result in a binding contract. Before the offer's specified expiration time, the Government may accept a proposal, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government expects to make an award without discussions. This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014). The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-41 -- Service Contract Labor Standards, 52.222-50 Combatting Trafficking in Persons, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment(Multiple Year and Option Contracts). Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1 Government Property (APR 2012), 52.245-9 Use and Charges (APR 2012). The Following FAR Clauses are also required in full text: 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Firefighter GS-0081-07 $21.74 $7.09 Response date for receipt of proposals is by 4:30 pm EST, 11 /15/2016. Proposals shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5517P0060/listing.html)
- Place of Performance
- Address: Eisenhower Lock, 190A Barnhart Island Road, Snell Lock, 145 Snell Lock Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN04319631-W 20161105/161103234333-d74576ababffd0d280670381538ccc03 (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 |