Combine Solicitation – T.S. KENNEDY – Davit & Boat Repairs and Testing
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: T.S. KENNEDY - Davit & Boat Repairs and Testing
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: DTMA92Q140019
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 02532
Place of Performance Country: US
Description:
SAR Acquisition
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; price quotes are being requested and a written solicitation will not be issued. 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 2005-74, effective
NAICS code 336611 applies. This is a small business set-aside.
* 1. Perform annual service and inspections of all lifeboats and lifeboat davits, all life raft davits and the rescue boat and davit including all releasing gear; including Inspecting brakes on all life boat davits (#1, 2, 3, 4, 5, 6, 7, & 8), the port side rescue boat davit, and all life raft davits (#1, 2, 3 & 4.)
* 2. Perform falls wire rope replacement and associated weight testing on the Davits #1 through #4 and #7 and #8 are witch Type SPG (L) 27/15 with type-BE 11.5 Winch and Life Raft Davits #1 through #4 witch are Type SEC with Type-FME 3.3 Winch.
* 3. Davit gear box cleaning, flush and oil renewal with a OEM recommended environmentally acceptable lubricant (EAL).
* 4. Perform hook replacement on Lifeboats # 2 and #3, hooks shall be replaced with Harding safety type SEACURE HOOK LHR9 M2 TLP. (Optional Item)
All work shall be performed in accordance with the requirements of the
The requested period of performance is
STATEMENT OF WORK: See Attachment 1, Statement of Work.
PRICE OFFER WORKSHEET: See Attachment 2
Vessel Location:
The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are incorporated by reference.
52.252-2
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://acquisition.gov/far/current/html/FARTOCP52.html
Transportation Acquisition Regulations (1252.) http://www.dot.gov/assistant-secretary-administration/procurement/tar-part-1252-solicitatons-provisions-and-contract
U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm</p>
52.204-13 System for Award Management Maintenance (
52.212-1 Instructions to Offerors-Commercial Items (
52.212-3 Offeror Representations and Certifications-Commercial Items (
52.212-4 Contract Terms and Conditions-Commercial Items; (
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25K) (
52.219-28 Post-Award Small Business Program Representation.(
52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Over 25K) (
52.222-50 Combating Trafficking in Persons (
52.223-18 Contractor Policy to Ban Text Messaging While Driving (
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/05-2259.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 [email protected], with copy to [email protected]
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
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
SHIP CHECK - SITE VISIT
A pre-quote conference and site visit will be conducted onboard the T.S. KENNEDY at
WHEN:
POC: Mr.
This is the ONLY site visit that will be conducted. Quoters are encouraged to attend as failure to attend does not relieve the quoter of accuracy of their proposal and the quoter's responsibility that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost. In order to make the visit as productive as possible, quoters are also requested to submit any questions from the review of the solicitation package or as a result of visiting the site should be submitted in writing (email) to the Contracting Officer by
Responsible sources shall provide the following:
- Satisfactory Past Performance information for similar services done in the past three (3) years
- Signed SF-1449 and any subsequent Amendments (if required)
- Price quote (Attachment 2) which identifies the requested item(s), quantity, unit price, and extended price
- Prompt Payment Terms
- Remittance address, Tax Identification Number, DUNS number
All Potential Offerors are required to be a registered vendor in the System for Award Management Maintenance (SAM); formerly
Responses to this solicitation are due
BASIS FOR AWARD
Award will be made to the responsible acceptable offeror, whose quote is conforming to the solicitation requirements, and offers the lowest evaluated price.
ATTENTION: Minority, Women-owned, and
Link/URL: https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA92Q140019/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1444 |


Combine Solicitation – J– POOL MAINTENANCE SERVICE
Advisor News
- Global economic growth will moderate as the labor force shrinks
- Estate planning during the great wealth transfer
- Main Street families need trusted financial guidance to navigate the new Trump Accounts
- Are the holidays a good time to have a long-term care conversation?
- Gen X unsure whether they can catch up with retirement saving
More Advisor NewsAnnuity News
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
- Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
- Iowa defends Athene pension risk transfer deal in Lockheed Martin lawsuit
- Pension buy-in sales up, PRT sales down in mixed Q3, LIMRA reports
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Product understanding will drive the future of insurance
- Nearly Half of Americans More Stressed Heading into 2026, Allianz Life Study Finds
- New York Life Investments Expands Active ETF Lineup With Launch of NYLI MacKay Muni Allocation ETF (MMMA)
- LTC riders: More education is needed, NAIFA president says
- Best’s Market Segment Report: AM Best Maintains Stable Outlook on Malaysia’s Non-Life Insurance Segment
More Life Insurance News