Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

19 -- DRYDOCK & REPAIR OF NOAA VESSEL THOMAS JEFFERSON

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-06-RB-0014
 
Response Due
1/12/2006
 
Archive Date
1/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is set aside for Small Business Concerns Only. The National Oceanic and Atmospheric Administration (NOAA) intends to issue a firm fixed price contract. The contract will cover the drydock repairs of NOAA Ship THOMAS JEFFERSON. The THOMAS JEFFERSON is 208 feet long and its home port is in Norfolk, VA. Provide all labor, material and equipment necessary to perform the following (including, but not limited to): Base Items - Temporary Services, Drydocking and Routine Drydock Work, Bow Thruster Installation, Cathodic Protection System: Inspect & Repair, Elinca System: Inspect & Repair, Sea Valve Overhaul, IMO Designation Installation, Underwater Body Coating, Fuel Oil Tank COV Repairs, Miscellaneous Piping Repairs, Miscellaneous Steel Renewals. Option Items ? Ground Tackle Inspection and Preservation, Freeboard Hull Modifications and Preservation, Fuel Oil & Lube Oil Purifier Overhauls, Multibeam Sonar System Installation, Watertight Hatch Repairs, ABS Load Line Certification, Salt Water Ballast Tank ABS Inspections, and Salt Water Ballast Tank Preservation. Growth (estimated material and labor hours) will also be included in the solicitation. The solicitation will include a liquidated damages clause, as well as a requirement for a Bid, Performance and Payment bonds. Foreseeable cost factors will be applied to all bids for evaluation purposes. The performance period is estimated to be 44 calendar days, with an anticipated start date of February 1, 2006 and completion date of March 16, 2006. The site/inspection period is December 19-23, 2005 in Norfolk, VA. Arrangements to attend the site shall be coordinated with the Port Engineer, Neil Lamartin at 757-441-6369. This procurement is being issued as a 100% Small Business set-aside in accordance with FAR 52.219-5. The NAIC code is 336611 and the small business size standard is 1,000 employees. The acquisition will be issued as an Invitation for Bid (IFB) in accordance with FAR Part 14, on or about December 12, 2005 with bids due thirty (30) calendar days thereafter. The IFB will be issued via electronic posting at Federal Business Opportunity (FEDBIZOPPS) web page www.eps.gov. Hard copies of the IFB will not be issued. It is incumbent upon contractors to monitor FEDBIZOPPS for the release of the IFB, specification, drawings and all subsequent amendments. The specification will be uploaded via www.eps.gov with the IFB. Prospective bidders who are interested in bidding this acquisition are asked to relay such intent to the below listed Contract Specialist via e-mail. Bidders must be registered with the Central Contractor Registration (CCR) at www.ccr.gov and obtain (and provide with the offer) a DUNs number. All responsible sources may submit a bid which shall be considered by the agency. For information concerning the acquisition, please forward inquiries via e-mail to Melissa R. Sampson, Contract Specialist at Melissa.R.Sampson@noaa.gov or via telephone at (757) 441-6561.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Country: US
 
Record
SN00934291-W 20051120/051118211730 (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.