Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

47 -- Hyperbarics

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Washington, 720 Kennon Street SE Suite 333, Washington Navy Yard, Washington, DC, 20374-5063
 
ZIP Code
20374-5063
 
Solicitation Number
N47408-04-R-2508
 
Response Due
6/9/2004
 
Point of Contact
Rita Palmore, Contracting Officer, Phone 202-433-5313, Fax 202-433-2280, - Naomi Melendez, Contracting Officer, Phone 202-433-5311, Fax 202-433-2280,
 
E-Mail Address
palmorerd@nfesc.navy.mil, MelendezN@nfesc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Procurement of the End of Life/Obsolete Equipment Replacement (EOL/OER), to be designed, fabricated, shop tested, delivered, installed and field tested at the Naval Diving and Salvage Training Center (NDSTC), Panama City, FL. This installation provides equipment to the Pressure Vessel Assemblies (PVA?s), not the building or infrastructure. The EOL/OER includes provisions for replacement of the existing systems on PVA-1, PVA-2, and PVA-3 in support of diver training. The hyperbaric systems shall be complete and useable upon completion of the work. The contractor shall provide all design, labor and materials for the procurement, fabrication, assembly, shop test, and shipping of materials. Further, the contractor shall prepare and submit all documents, records and manuals. The solicitation will be available at http://esol.navfac.navy.mil on or before April 16, 2004. The EOL/OER includes the following items: a. Removal of all existing piping on the assembly of Pressure Vessel Assembly (PVA) Number 2, with the noted exceptions herein. b. Removal of the existing equipment in the Split Mix Room as described herein. c. Procurement and installation of the Reduction Room Air and Gas Panels and Headers as described herein. d. Overhaul of PVA-2 Hull including Blasting and Painting of PVA-2 Hull Interior and Exterior. As described herein. e. Procurement and installation of Mezzanine Level, Cable Trays and Control Consoles for PVA-2 as described herein. f. Procurement and installation of the Air Pressurization System for PVA-2 as described herein. g. Procurement and installation of the Built in Breathing System for PVA-2. h. Procurement and installation of the Diver?s Breathing System for PVA-2 as described herein. i. Procurement and installation of the Fire Extinguishing System for PVA-2 as described herein. j. Procurement and installation of the Wetpot Fill and Drain System (WFD) for PVA-2 as described herein. k. Procurement and installation of the Chamber Lighting System for PVA-2 as described herein. l. Procurement and installation of the Gas Analysis System and Communications System for PVA-2 as described herein. m. Procurement and installation of the Student Monitoring System and Atmospheric Conditioning System for PVA-2. n. Procurement, installation and testing of the Supervisory Control System and Final Functional Testing of entire PVA-2 system. o. Removal of all existing piping on the assembly of PVA-3, with the noted exceptions herein. p. Overhaul of PVA-3 Hull including Blasting and Painting of PVA-3 Hull Interior and Exterior. As described herein. q. Procurement and installation of Mezzanine Level, Cable Trays and Control Consoles as described herein. r. Procurement and installation of the Air Pressurization System for PVA-3 as described herein. s. Procurement and installation of the Built in Breathing System for PVA-3. t. Procurement and installation of the Diver?s Breathing System for PVA-3 as described herein. u. Procurement and installation of the Fire Extinguishing System for PVA-3 as described herein. v. Procurement and installation of the Wetpot Fill and Drain System (WFD) for PVA-3 as described herein. w. Procurement and installation of the Chamber Lighting System for PVA-3 as described herein. x. Procurement and installation of the Gas Analysis System and Communications System for PVA-3 as described herein. y. Procurement and installation of the Student Monitoring System and Atmospheric Conditioning System for PVA-3. z. Installation and testing of the Supervisory Control System including Final Functional Testing of entire PVA-3 system. aa. Procurement, installation and testing of the Supervisory Control System and Final Functional Testing of entire PVA-3 system (CLIN 0027). bb. Removal of all existing piping on the assembly of PVA-1, with the noted exceptions herein. cc. Overhaul of PVA-1 Hull including Blasting and Painting of PVA-1 Hull Interior and Exterior. As described herein. dd. Procurement and installation of Mezzanine Level, Cable Trays and Control Consoles for PVA-1 as described herein. ee. Procurement and installation of the Air Pressurization System for PVA-1 as described herein. ff. Procurement and installation of the Built in Breathing System for PVA-1. gg. Procurement and installation of the Diver?s Breathing System for PVA-1 as described herein. hh. Procurement and installation of the Fire Extinguishing System for PVA-1 as described herein. ii. Procurement and installation of the Wetpot Fill and Drain (WFD) for PVA-1 as described herein. jj. Procurement and installation of the Chamber Lighting System for PVA-1 as described herein. kk. Procurement and installation of the Gas Analysis System and Communications System for PVA-1 as described herein. ll. Procurement and installation of the Student Monitoring System and Atmospheric Conditioning System for PVA-2. mm. Procurement, installation and testing of the Supervisory Control System and Final Functional Testing of entire PVA-1 system. nn. Provision of hyperbaric system manuals. oo. Submission of the design, fabrication & test documents. Offerors will be required to submit a technical proposal. Award will be based on the proposal that offers maximum value to the Government from both a cost and a technical standpoint. Proposals will be evaluated on the following items in order of importance: a. Price b. Technical Comprehension of the Work c. Corporate Experience d. Personnel Capabilities e. Management Organization and Plan f. Quality Assurance g. Past Performance Attention of prospective bidders is called to the fact that this contract calls for the procurement of life sensitive systems. Failure to adhere to the highest standards of metallurgy, welding, and workmanship will create severe hazards to the personnel working on or near these systems when they are pressurized. Failure to meet these requirements may be cause for termination for default, and in any event will be cause for the Government rejection of components.? A SITE VISIT AND PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR MAY 11, 2004, AT 8:00 A.M. TO 5:00 P.M., AT THE NAVAL DIVING AND SALVAGE TRAINING CENTER IN PANAMA CITY, FLORIDA
 
Place of Performance
Address: 350 SOUTH CRAG, BLDG # 350 PANAMA CITY, FLORIDA AND CONTRACTORS FACILITY.
Zip Code: 32407
Country: UNITED STATES
 
Record
SN00555190-W 20040328/040326212603 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.