Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

Y -- CONSTRUCTION OF TWO (2) ALUMINUM HULL CATAMARAN RESEARCH VESSELS FOR THE MONETREY BAY AND STELLWAGEN BANK NATIONAL MARINE SANCTUARIES

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133C-04-RP-0054
 
Response Due
5/27/2004
 
Archive Date
10/15/2004
 
Point of Contact
Judi Jzyk, Contract Specialist, Phone (206) 526-6039, Fax (206) 526-6025,
 
E-Mail Address
judi.m.jzyk@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center (WASC), Acquisition Management Division, is requesting proposals for construction of two (2) research boats to conduct oceanographic research, biological surveys, educational field trips, emergency response, and search/rescue operations in and around the Monterey Bay and Stellwagen Bank National Marine Sanctuaries. The minimum vessel requirements are as follows: (1) A 62' to 64'-11 inch long by 24' to 26' wide aluminum hull catamaran outfitted for research. Propulsion to be twin diesel engines driving twin fixed pitch propellers through reverse reduction gears. Cruising speed is to be at least 20 knots at 85% power. Personnel capacity will be 24-32 people, including a crew of two. Sleeping accommodations for 10 to 12 people is required. Tankage will include approximately 1100 gallons of fuel, 400 gallons of fresh water, and 75 gallons sewage holding. Primary electrical power will be DC, provided by engine driven alternators and storage batteries. Auxiliary electrical power will be provided by a diesel driven AC generator. (2) A 48' to 52'-11 inch long by 18' to 20' wide aluminum hull catamaran outfitted for research. Propulsion to be twin diesel engines driving twin water jet drives through reverse reduction gears. Cruising speed is to be at least 25 knots at 85% power. Personnel capacity will be 12-14 people, including a crew of two. Sleeping accommodations for 4 to 6 people is required. Tankage will include approximately 800 gallons of fuel, 300 gallons of fresh water, and 200 gallons sewage holding. Primary electrical power will be DC, provided by engine driven alternators and storage batteries. Auxiliary electrical power will be provided by a diesel driven AC generator. Both boats will be built under inspection by the US Coast Guard to 46 CFR Subchapter T requirements, but not certificated. Questions regarding this solicitation should be in writing and emailed to judi.m.jzyk@noaa.gov. Any resulting contract(s) will be firm fixed price. Offerers may bid on the construction of one or both boats. This procurement is a 100% Small Business Set Aside. The North American Industry Classification Code (NAICS) is 336612 and the small business size standard is 500 employees. A pre-solicitation notice is being issued concurrently with this synopsis. Estimated cost is between $1 and 5 Million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333 0505. Request for Proposals (RFP) solicitation documents are estimated to be available on or about April 27, 2004, to download through the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. Interested parties should use the FedBizOpps [REGISTER TO RECEIVE NOTIFICATION] and [REGISTER AS AN INTERESTED VENDOR] feature which provides notification when the RFP documents become available for download and all postings associated with the solicitation. Each potential offeror is responsible for checking this website to gain all the current information available. In an effort to control the release of plans and specifications for security purposes, potential offerors having the capabilities to perform the services described above are invited to respond by submitting the following information: (1) A copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the name, address, phone number and fax number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); (2) a valid DUNS number for the business whose license is presented; and (3) a valid IRS Tax ID number for the business whose license is presented. Once proper information has been received, a Document Security Form will be faxed to the firm for completion, signature, and fax return to obtain a copy of the plans and specifications. Failure to sign and return by fax the Security Form will eliminate your company from receiving the plans and specifications for this solicitation. This information is required before release of the plans and specifications and should be faxed to Judi M. Jzyk, Contract Specialist, DOC/NOAA/WASC/Acquisition Management at 206/527 7126. Any further announcements regarding this solicitation will be posted at http://www.fedbizopps.gov/. All responsible, responsive sources may submit an offer which will be considered by the Agency. Award is subject to the availability of funds.
 
Record
SN00562348-W 20040410/040408211805 (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.