Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

19 -- 19--Repair to Foam Filled Fiberglass Pontoons

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N63387RC11134
 
Response Due
3/8/2004
 
Archive Date
4/7/2004
 
Point of Contact
Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian.odonnell@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20. This Procurement is issued as a 100% small business set-aside under SIC Code 5551 with a size standard of $6.0 Million. The agency need is for repair to damaged fiberglass on 8 EA foam filled flotation pontoons to aircraft carrier mooring camels located at 32nd Street Naval Station in accordance with the following Statement of Work: STATEMENT OF WORK: Title: Repair Damaged Fiberglass on Foam Filled Flotat ion Pontoons to Aircraft Carrier Mooring Camels (8 EA Floating Pontoons) Location: 32nd Street Naval Station 1. SCOPE OF WORK: Project Description: provide all labor, materials and equipment to repair all damaged fiberglass on foam filled flotation pontoon. a. Prep all damaged area, remove all loose and delaminated fiberglass back to solid fiberglass, dispose of all debris. b. Replace all missing rigid cellular polyurethane foam. New rigid cellular polyurethane foam shall have a density of 2.0 pounds per cubic feet. c. New fiberglass repairs to the flotation pontoons shall be made using 5 plies of 25-27 ounce woven roving fiberglass, at a minimum thickness of 0.185? laminated together using polyurethane resin. d. The transverse and longitudinal stiffeners shall be patched, returning them to their original configuration and strength. e. Interior foam shall be replaced with new at a density of 2.0 pounds per cubic foot. f. Remove all fiberglass around the steel flat bar reinforcement at the flanges of the pontoons, remove all rust and scaling on steel flat bar, remove and replace steel flat bar where damaged beyond repair (see section c for referenced drawing). Laminate repaired flanges with fiberglass as described in section c. g. Where steel flat bar is replaced, drill 13/16? diameter holes to match the existing pattern around the flange. 2. SPECIAL CONSIDERATIONS: a. Work may be completed on site at 32nd Street Naval Station. b. Attached copy of NAVFAC drawing #6080995 for reference only c. Polyester resin specification (mil-R-21607B) d. Pontoons to be removed from the water by others e. Marine growth will be scraped and disposed of by others. 3. SUBMITTALS a. Rigid cellular polyurethane foam b. Fiberglass roving, resin c. 1? x 8? steel bar reinforcing 4. POINTS OF CONTACT a. Edd Dandusky, PWC Code 619-556-1208 Contractor should email the Contract Specialist at biran.odonnell@navy.mil to obtain an electronic copy of the referenced drawing prior to the closing date of 8 March 2004. The requirement is for a firm-fixed price type contract with 1 CLIN. Contractor is to provide unit prices for the 8 EA repairs and also total their price. Contractor is required to provide a technical plan explaining the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Comm ercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; FAR 52.219-6 Notice of Total Small Business Set-Aside; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-3 7 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, 8 March 2004 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sdfisc.navy.mil)
 
Record
SN00536917-W 20040306/040304223538 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.