Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

J -- refurbishment of floating camels in San Diego CA

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024405T0480
 
Response Due
4/19/2005
 
Archive Date
5/19/2005
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a commercial synopsis / solicitation for a commercial service prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-05-T-0480 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFAR Change Notices effective through 3/23/05. The standard industrial code is 4499 (NAICS 488390) and the business size standard is $6 million. The agency need is for a fixed priced contract for refurbishment of floating camels for 32nd Street Naval Station in San Diego CA. The statement of work is as follows: Refurbish / Repair of four (4) each 1 x 7 floating camels for 32nd Street NAVSTA. 1) Upon direction from Port Operations, provide tug service to tow identified camels from Naval Station 32nd Street, San Diego to Contractor?s repair facility. 2) Remove floating camel from water, hydro-wash to remove all grime and marine growth. 3) Cut access drains to drain all salt water and contaminants from the T-6 cells and pontoons that appear to be holding water. 4) Safely block, stage, and shrink-wrap to provide environmental containment during sand blasting. 5) Remove and replace all fendering timbers and fasteners, which fasten the fendering timbers to the structure. Timbers shall be kiln fired, pressure treated Douglas fir and fasteners shall be 316 stainless or galvanized steel. 6) Identify holes or deteriorated steel, replace or repair by means of insert or doubler plate. 7) All new material shall be pre-blasted and primed on both sides. 8) Prior to painting, pressure test each pontoon to 3 PSI for four (4) hours. 9) Sand blast to an SSPC 6 and coat with one coat of F-150 and a second coat of F-151 and two (2) coats of a hard vinyl anti-fouling with a third coat at the water line. 10) Install ZHC-23 zinc plates to each pontoon, placement will be at the direction of the Government. 11) Re-deliver the pontoons to the 32nd Street Naval Station by tow and provide commercial grade mooring lines to secure the pontoons to the pier. Note: Coordinate all transportation, maintenance, and repairs with the designated Site Manager or local designated authority. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on 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 Acquisitions of Commercial Items, applies with the fo! llowing clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. 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. 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. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed! on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 04-19-05, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an atta! chment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00782361-W 20050407/050405213003 (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.