MODIFICATION
R -- Standby Rescue and Safety Support Services
- Notice Date
- 9/17/2018
- Notice Type
- Modification/Amendment
- 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
- 6923G18Q0060
- Archive Date
- 10/10/2018
- 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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. 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 6923G18Q0060 and the solicitation is issued as a request for quotation (RFQ). Item No. Description 1. 2. 3. 4. 5. 6. 7. 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 Instructor for safety training : $ per hour SLSDC intends to award two Blanket Purchase Agreements For the period December 1, 2018 through September 30, 2020. Each BPA shall have a ceiling amount of $50,000 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 "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: $93.00 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. 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. All vendors that wish to be considered for award must provide an emergency contact number prior to award of the contract. 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. SLSDC intends to award two Firm-Fixed-Price Blanket Purchase Agreements (BPA). The BPAs shall have a not to exceed amount of $50,000 with no minimum order guarantee. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the schedule, and the requirements provided in the evaluation criteria below. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. The total price for evaluation purposes will be in accordance with the evaluation criteria established below. To be determined technically acceptable contractors must provide proof of the following capabilities: 1.)Provide standby rescue and safety personnel qualified to determine whether acceptable entry conditions exist, oversee confined space entry operations, terminating confined space entry, and perform rescue services. Safety personnel shall be experienced trained for and experienced in the following: Identify safety hazards. Understand the behavioral effects of the hazards. Communicating with entrants in confined spaces and other industrial work settings. Monitoring and evacuate confined space entrants if necessary. Summon rescue. The performance of non-entry rescues. • The performance of non-entry rescues. • Verify safety of entry conditions. • Terminate entry and cancel permit. • Verify availability and effectiveness of rescue services. • Remove unauthorized persons. • Ensure acceptable entry conditions are maintained. *The qualifications and experience must be well documented in the offerors capability statement, company operations manual and company safety manual. 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. 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's 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) and 52.212-1, Instructions to Offerors-Commercial Items (Aug 2018). The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 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, 52.219-14 -- Limitations on Subcontracting, 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, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-17 Nondisplacement of Qualified Workers, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706. 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 Clause is 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 GS-0081-07- Firefighter $22.46 $7.33 Response date for receipt of offers/quotes is by 1:00 pm EST, Tuesday, September 25, 2018. Quotes 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 be 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/6923G18Q0060/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
- SN05093013-W 20180919/180917231450-ba2549f2370234e036138568374bfe34 (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 |