Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

J -- refurbishment of two each paint floats located at 32nd street NAVSTA

Notice Date
1/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0224
 
Response Due
1/17/2006
 
Archive Date
2/16/2006
 
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 combined synopsis / solicitation for commercial items 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 N00244-06-T-0222 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 2005-06 (10/31/05) and DFAR Change Notices effective through 12/20/05. The standard industrial code is 7699 (NAICS 488390) and the business size standard is $6.5 million. The agency need is to refurbish two (2) each paint floats located at 32nd Street NAVSTA. The statement of work is as follows: One (1) each two stage paint float (S/N: NS-111) & one (1) each three stage paint float (S/N: PX-11) to the following specifications: A. Contractor shall hoist the floats from the water, pressure wash and safely block, stage and shrink-wrap as required. Paint float shall be re-launched to water upon completion. B. Contractor shall pick-up and re-deliver floats to site where work is to be conducted. C. Contractor shall remove super structure scaffolding and also remove any old wood fendering. D. Contractor shall separate float cans lengthwise so they are in a single float configuration to ensure complete inspection of three-can rows (three cans long x one can wide). E. Contractor shall safety block, stage and shrink-wrap to provide environmental containment during sand blasting for float cans and super structure. F. Contractor shall sandblast all sections to an SSPC 6 and coat with a commercially acceptable primer. G. Contractor shall inspect all surfaces, seams and exposed areas and identify areas of steel plating for pitting, corrosion and galvanic corrosion pits that are between forty and fifty percent deteriorated in depth. H. Contractor shall clad weld any small areas and double plate or insert larger more extensive areas identified for repair. All new material shall be pre-blasted and primed on both sides. I. Contractor shall repair and seal all damaged areas of the leaking float cans. J. Contractor shall pressure test each pontoon to 3 PSI for four (4) hours prior to painting. K. Contractor shall apply one coat of F-150, a second coat of F-151, and two (2) coats of anti-fouling to the floats with a third coat of anti-fouling at the waterline. L. Contractor shall cover the top sections (above the water line) with two (2) coats of marine grade terracotta colored paint. M. Contractor shall install ZHC-23 zinc plates to each pontoon; placement of the plates shall be by the direction of the Government. N. Contractor shall replace all wooden fendering with kiln fired, pressure treated Douglas fir with 316 fasteners (stainless or galvanized steel). O. Contractor shall repair all damaged scaffold decking and D-type fendering system. P. Contractor shall repair or replace any damaged framework with 2? x 2? x ?? thick tubing. Q. Contractor shall preserve and paint to a commercially acceptable marine grade level. R. Contractor shall ballast the paint float to an even keel. S. Contractor shall re-assemble and return the paint floats to operational status, place them back in the water and deliver them to the original storage area. T. Contractor shall ensure the paint floats are ballasted to an even keel. Note: The Contractor shall coordinate all transportation, maintenance, and repairs with the designated site manager or local designated authority. This requirement is for a fixed priced contract. 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 and FAR 52.232-18, Availability of Funds. 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 following 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 1-17-06, 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 attachment 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
SN00961863-W 20060107/060105212306 (fbodaily.com)
 
Source
FedBizOpps 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.