Federal Bid

Last Updated on 26 Jan 2017 at 9 AM
Combined Synopsis/Solicitation
New orleans Louisiana

Vessel Position and Port Schematics

Solicitation ID W912P8-17-T-0011
Posted Date 04 Jan 2017 at 5 PM
Archive Date 26 Jan 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New orleans Louisiana United states 70118
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 Request for Proposal, numbered W912P8-17-T-0011, requires the successful Offeror to provide one year subscription to online site for a minimum of 3 WCSC users. Subscription to include current and historical worldwide vessel movements and port schematics. This subscription should include the ability to look up specific vessel positions by specified date range and by ports of call. Port schematics for ports in the United States and other foreign ports where available.

This action will be UNRESTRICTED, the applicable North American Industry Classification System (NAICS) code is 519130 and the small business size standard is 500 employees. The requirement will be procured as a firm fixed price contract. The basis of award will be the offer conforming to the solicitation specifications that provides the lowest price to the government.

NOTE: In accordance with FAR 52.204-7 the contractor must be registered in the Federal Government's quote mark System for Award Management quote mark (SAM) to be eligible for contract award. Information on registration may be obtained via the Internet at http://www.sam.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award. Offerors must include a copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items, with its offer. All responsible sources may submit a proposal, which will be considered by this agency. All offers are due by 11 January 2017, 10 a.m. local time and place. For information regarding the solicitation, please contact Bridget M. Bonnecarrere at (504) 862-2876 or email at [email protected] for assistance. Any communication must identify the solicitation number; W912P8-17-T-0011, company name, point of contact, address, phone number including area code and facsimile number. All questions regarding this synopsis/solicitation must be received by 6 January 2017, 10 a.m local time and place. Responses to any questions arising from this solicitation will be posted via an amendment.

Proposals shall be sent either electronically to [email protected] or via the US Postal Service to:

US Army Corps of Engineers, Contracting Division
Attn: Bridget Bonnecarrere
7400 Leake Ave.
New Orleans, LA 70118

This is a combined synopsis/solicitation for the following commercial services:

CLIN 0001 - One Year Subscription to Database 1.00 LS

Description of Requirements is as follows:

Proposal will be in accordance with the below statement of work, the Wage Rates, security requirements and the attached solicitation FAR Clauses.

Wage Determination

WD 15‐5189 (Rev.‐2)
http://www.wdol.gov/wdol/scafiles/std/15‐5189.txt?v=2

WD 15‐5205 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5205.txt?v=1

WD 15‐5197 (Rev.‐2)
http://www.wdol.gov/wdol/scafiles/std/15‐5197.txt?v=2

WD 15‐5207 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5207.txt?v=1

WD 15‐2231 (Rev.‐2)
http://www.wdol.gov/wdol/scafiles/std/15‐2231.txt?v=2

WD 15‐2233 (Rev.‐2)
http://www.wdol.gov/wdol/scafiles/std/15‐2233.txt?v=2

WD 15‐5181 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5181.txt?v=1

WD 15‐5185 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5185.txt?v=1

WD 15‐2229 (Rev.‐5)
https://www.wdol.gov/wdol/scafiles/std/15‐2229.txt?v=5

WD 15‐5201 (Rev.‐1)
https://www.wdol.gov/wdol/scafiles/std/15‐5201.txt?v=1

WD 15‐5183 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5183.txt?v=1

WD 15‐2235 (Rev.‐3)
https://www.wdol.gov/wdol/scafiles/std/15‐2235.txt?v=3

WD 15‐5203 (Rev.‐1)
https://www.wdol.gov/wdol/scafiles/std/15‐5203.txt?v=1

WD 15‐5209 (Rev.‐1)
http://www.wdol.gov/wdol/scafiles/std/15‐5209.txt?v=1

WD 15‐5199 (Rev.‐2)
http://www.wdol.gov/wdol/scafiles/std/15‐5199.txt?v=2

Applicability Clauses:

WD 15‐5189 (Rev.‐2) covers the Louisiana Parishes of Jefferson, Orleans, Plaquemines, Saint John the Baptist, St Bernard, St Charles, St Tammany

WD 15‐5205 (Rev.‐1) covers the Louisiana Parish of Acadia

WD 15‐5197 (Rev.‐2) covers the Louisiana Parishes of Allen, Avoyelles, Beauregard, Evangeline, La Salle, Natchitoches, Sabine, Vernon, and Winn

WD 15‐5207 (Rev.‐1) covers the Louisiana Parishes of Assumption, Iberia, Saint James, St Landry and St Mary

WD 15‐2231 (Rev.‐2) covers the Louisiana Parishes of Ascension, East Baton Rouge, East Feliciana, Iberville, Livingston, Pointe Coupee, St Helena, Tangipahoa, West Baton Rouge and West Feliciana

WD 15‐2233 (Rev.‐2) covers the Louisiana Parishes of Lafourche, Terrebonne and Washington

WD 15‐5181 (Rev.‐1) covers the Louisiana Parish of St Martin

WD 15‐5185 (Rev.‐1) covers the Louisiana Parishes of Calcasieu and Cameron

WD 15‐2229 (Rev.‐5) covers the Louisiana Parishes of Grant and Rapides

WD 15‐5201 (Rev.‐1) covers the Louisiana Parishes of Caldwell, Catahoula, Concordia, Franklin, and Tensas

WD 15‐5183 (Rev.‐1) covers the Louisiana Parish of Lafayette

WD 15‐5209 (Rev.‐1) covers the Louisiana Parishes of Jefferson Davis and Vermilion

WD 15‐5199 (Rev.‐2) covers the Louisiana Parish of Red River

WD 15‐2235 (Rev.‐3) covers the States of Louisiana, Arkansas, and Texas as follows; the Louisiana Parishes of Bossier, Caddo, De Soto, Ouachita, Union, and Webster, and West Carroll; the Arkansas Counties of Columbia, Hempstead, Howard, Lafayette, Little River, Miller, Nevada, Sevier; and the Texas Counties of Bowie, Gregg, Rusk and Upshur

WD 15‐5203 (Rev.‐1) covers the Louisiana Parishes of Bienville, Claiborne, East Carroll, Jackson, Lincoln, Madison, Morehouse, Richland, and West Carroll

Scope of Work

Vessel Position and Port Schematics Data Subscription

I. Introduction.

The U.S. Army Corps of Engineers' Waterborne Commerce Statistics Center (WCSC) is designated as the Corps data repository for domestic and foreign vessel cargo and trip movements in the United States. The Corps requires accurate information regarding these movements, including accurate vessel origin and destination information at US and foreign ports for Corps studies and Harbor Maintenance Trust Fund reports. WCSC also supports the Federal government budgeting process for maintaining U.S. waterways, helping decision makers understand the amount of commodities moving between commercial docks and the value of ports. Contractor to provide information on current and historical vessel movements worldwide associated with owner, operator, and registry information. Contractor will acquire required data from Automated Identification System (AIS) broadcast signals where AIS coverage is available and from ship agent reports where AIS coverage is not available. The contractor will not provide estimated or interpolated data in lieu of actual AIS or shipper acquired data. The contractor will also provide port schematics for ports in the United States and other foreign ports where available.

II. Deliverables:

Contractor will provide one year subscription to online site for a minimum of 3 WCSC users. Subscription to include current and historical worldwide vessel movements and port schematics. This subscription should include the ability to look up specific vessel positions by specified date range and by ports of call. Port schematics for ports in the United States and other foreign ports where available.

III. Schedule:

Subscription to be for a period of 12 months starting from the date the contract is awarded.

IV. Security:

The contractor will not have access to the CORPS network. This is an unclassified contract and the contractor will not have access to critical information. The contractor and all associated sub-contractors shall receive locally developed training provided by the MVN Security Office on the local suspicious activity reporting program, please call 504-862-2342 for the power point for this training. This training is used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity relating to the project. Contractors will provide local background checks to the COR or the security office before performing work.

Security Requirements

Suspicious Activity Reporting Training: The contractor and all associated sub-contractors shall receive a brief/training (provided by the MVN Security Office) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training.

Pre-screen candidates using E-Verify Program: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file.

 

Bid Protests Not Available

Similar Past Bids

New orleans Louisiana 17 Aug 2018 at 7 PM
Keyport Washington 27 Jul 2021 at 10 PM
Keyport Washington 08 Jul 2021 at 12 AM
Keyport Washington 08 Jul 2021 at 7 PM
Kentucky 24 Jan 2023 at 5 AM

Similar Opportunities

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL AND GREEN SPACE REDEVELOPMENT AT CITY HALL PARKING DECK Documents will be available starting on 6/16/2025 electronically from [email protected] The City of Holyoke is soliciting sealed proposals from qualified professional engineering and design consulting firms to provide comprehensive services related to the demolition of the City Hall Parking Deck and redevelopment of the site into a landscaped green space or public park. This project will implement "Alternative 3" as identified in the Conditions Assessment Report prepared by Tighe & Bond in February 2025 (Attachment A). The selected firm will deliver services spanning site evaluation, schematic design, final design, permitting, cost estimating, bidding, hazardous materials coordination, and construction supervision. This is a fee-based contract, and proposals will be evaluated based on qualifications, project approach, and cost. Scope of Services is to include but not limited to; Existing Conditions and Site Evaluation, Schematic and Final Design, Permitting & Documentation, Bidding Assistance, Construction Phase Services. 6/25/2025 Pre-Response Site Visit & Meeting (10:00 AM) at City Hall Parking Deck, 536 Dwight Street, Holyoke, MA 01040 (Not Mandatory). Proposals must be submitted in 2 separate envelopes, one clearly marked "technical proposal RFP 2025-44DPW" and one clearly marked "Price Proposal" . Proposals will be accepted until July 22, 2025 @ 2PM. Which will then be reviewed by a committee for the most Advantageous Proposal. The city reserves the right to reject any and all proposals. No electronic submissions allowed.
Holyoke Massachusetts 22 Jul 2025 at 6 PM
Louisiana 22 Jul 2025 at 5 AM
Jamestown Kentucky 11 Jul 2025 at 4 PM
Vicksburg Mississippi 29 Jul 2025 at 7 PM