Search Contract Opportunities

O&M Support Services for EPA GLNPO Research Vessel   4

ID: 68HE0523R0030 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 1, 2023, 7:50 p.m. EDT
The purpose of amendment 0002 is to 1) provide answers to vendor questions (see attachment 1 "Response to Vendor Questions"), 2) Update the Request for Proposal with changes highlighted in yellow, and 3) remove attachment 3 Appendix B "R/V Mudpuppy II-Description and Specifications from the solicitation.
Posted: Oct. 31, 2023, 1:31 p.m. EDT
Posted: Oct. 5, 2023, 5:21 p.m. EDT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation document will not be issued.
This solicitation is a Request for Proposal (RFP) issued under solicitation number 68HE0523R0030. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective September 22, 2023, and the EPA Acquisition Regulation (EPAAR) as of March 11, 2021. This procurement is a total small business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 483114, Coastal and Great Lakes Passenger Transportation, with a small business size standard of 550 employees.
The U.S. Environmental Protection Agency's Great Lakes National Program Office (GLNPO) operates research vessels to collect samples of water, sediment, and planktonic and benthic biota in the Great Lakes in support of the Clean Water Act, the Great Lakes Legacy Act, and the Great Lakes Water Quality Agreement between the United States and Canada. The research vessels include the Lake Guardian, a 180-foot monitoring vessel and the Mudpuppy II, a 30-foot Munson Packcat aluminum work boat.
The R/V Lake Guardian is used by EPA to conduct annual mission-critical monitoring surveys in all five Laurentian Great Lakes (Lake Superior, Lake Michigan, and Lake Huron, Lake Erie and Lake Ontario), primarily in the offshore waters of the United States and Canada. The Mudpuppy II is used to conduct sampling in Great Lakes tributaries, connecting rivers, and nearshore areas of the Great Lakes to help determine the nature and extent of sediment contamination in the Great Lakes Areas of Concern. See Performance Work Statement (PWS) for complete description of the requirement.
The government intends to award a Time and Materials contract for a one (1) year base period and four (4) one (1) year option periods. The maximum period of performance will be five (5) years. All interested companies shall utilize the Contract Line-Item Numbers (CLINs) to submit pricing for the Base Period and all Option Periods.
CLIN 0001 - Base Period (Year 1)
CLIN 0002 Base Period Optional Task - Dry Dock
CLIN 1001 - Option Period 1 (Year 2)
CLIN 1002 Option Period 1 Optional Task - Dry Dock
CLIN 2001 Option Period 2 (Year 3)
CLIN 2002 - Option Period 2 Optional Task - Dry Dock
CLIN 2003- Option Period 2 Scheduled - Dry Dock
CLIN 3001 Option Period 3 (Year 4)
CLIN 3002 Option Period 3 Optional Task - Dry Dock
CLIN 4001 Option Period 4 (Year 5)
CLIN 4002 Option Period 4 Optional Task - Dry Dock
This contract will include a not to exceed ceiling based upon daily fixed rates determined by the vessel operating status and crew staffing. There will be a minimum/maximum number of days under each operating status to provide flexibility for scheduling. The operating status will be set by a schedule the Contracting Officer Representative provides on a regular basis to the contractor. Schedule changes will be provided as required. Other Direct Costs (such as food, fuel, port costs, replenishment of supplies, etc.) are paid for by the contractor and reimbursed monthly under a Not to Exceed (NTE) amount per year. Costs for the drydock/overhaul will be paid through a distinct line-item; the line- item amount in the solicitation will be provided as an estimate to offerors for purposes of submitting a proposal.
Award shall be made to the offeror whose proposal offers the best value to the government. Proposals will be evaluated in accordance with the evaluation procedures outlined in FAR 12.602 and FAR 52.212-2.
The government will evaluate information based on the following technical evaluation criterion:
Criterion 1 Technical Approach
Criteria 2 Past Performance
Criteria 3 Quality Management Plan
Price
Other Proposals Requirements
All technical evaluation factors other than price, when combined, are significantly more important than price. The technical evaluation factors are listed in descending order of importance.
The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
2. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (Nov 2021)
3. FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services (Sep 2023)
Offerors must complete annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.
The following contract clauses apply to this acquisition:
1. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Services (Dec 2022)
2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Sep 2023).
See attached solicitation for additional FAR clauses applicable under this clause.
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/far/subpart-52.2. See attached solicitation for additional contract requirements.
Proposals shall be submitted electronically via FedConnect no later than 5:00PM CST on Monday, November 6, 2023. All questions shall be submitted electronically. Questions must be received no later than 5:00 PM CST, Monday, October 23, 2023. Questions received by this date will be answered via an amendment to this announcement. Questions not submitted electronically or received after the due date will not be considered.
Background
The U.S. Environmental Protection Agency’s Great Lakes National Program Office (GLNPO) operates research vessels to collect samples of water, sediment, and planktonic and benthic biota in the Great Lakes in support of the Clean Water Act, the Great Lakes Legacy Act, and the Great Lakes Water Quality Agreement between the United States and Canada. The research vessels include the Lake Guardian, a 180-foot monitoring vessel, and the Mudpuppy II, a 30-foot Munson Packcat aluminum work boat.

Work Details
The contractor is responsible for operating and maintaining the vessels to enable the vessels to safely and efficiently obtain Great Lakes samples specified in 1.1. The contractor shall obtain all required licenses and permits and comply with all applicable regulations for the operation of the vessels. The contractor shall provide qualified, well-trained, and licensed personnel capable of meeting the specific requirements of the Performance Work Statement.

Period of Performance
The contract includes a one-year base period from 02/15/2024 to 02/14/2025 for Operation and Maintenance Support Services for EPA GLNPO Research Vessels. Additionally, it includes optional task periods: 365 days after award for Dry Dock from 02/15/2024 to 02/14/2025; an option period from 02/15/2025 to 02/14/2026; another optional task period from 02/15/2025 to 02/14/2026; an option period from 02/15/2026 to 02/14/2027; an optional task period from 02/15/2026 to 02/14/2027; an optional task - Scheduled - Dry Dock from 02/15/2026 to 02/14/

Place of Performance
The geographic location(s) where the contract will be performed is not explicitly provided in the solicitation.

Overview

Response Deadline
Nov. 21, 2023, 6:00 p.m. EST (original: Nov. 6, 2023, 6:00 p.m. EST) Past Due
Posted
Oct. 5, 2023, 5:21 p.m. EDT (updated: Nov. 1, 2023, 7:50 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
550 Employees
Pricing
Time And Materials
Evaluation Criteria
Best Value
Est. Level of Competition
Low
On 10/5/23 EPA Region 5: Chicago issued Synopsis Solicitation 68HE0523R0030 for O&M Support Services for EPA GLNPO Research Vessel due 11/21/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 483114 (SBA Size Standard 550 Employees) and PSC V214.
Primary Contact
Name
Bristol, Meonii   Profile
Phone
(312) 353-4716

Documents

Posted documents for Synopsis Solicitation 68HE0523R0030

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 68HE0523R0030

Award Notifications

Agency published notification of awards for Synopsis Solicitation 68HE0523R0030

Contract Awards

Prime contracts awarded through Synopsis Solicitation 68HE0523R0030

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 68HE0523R0030

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 68HE0523R0030

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 68HE0523R0030

Additional Details

Source Agency Hierarchy
ENVIRONMENTAL PROTECTION AGENCY > ENVIRONMENTAL PROTECTION AGENCY > REGION 5 CONTRACTING OFFICE
FPDS Organization Code
6800-R5CO00
Source Organization Code
100176801
Last Updated
Dec. 6, 2023
Last Updated By
OMS-ARM-OAS-ITSSB@epa.gov
Archive Date
Dec. 6, 2023