Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

J -- Refurbishment of a steel based float separator (Arliegh Burk class) located in San Diego Ca

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0531
 
Response Due
5/11/2006
 
Archive Date
6/10/2006
 
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-00531 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 2005-09 (4/19/06) and DFAR Change Notices effective through 4/12/06. The standard industrial code is 3731 (NAICS 336611) and the business size standard is 1000 employees. The agency need is for a fixed price contract for the refurbishment of a steel float separator (Arliegh Burk class); size: 34? W x 65? L; located at 32nd Street Naval Station. The statement of work is as follows: Refurbishment / Repair of one each Arliegh Burk steel float separator. Size: 34? W x 65? L 1) Contractor shall pick-up and deliver float to site where work is to be performed. 2) Contractor shall hoist the float from the water, pressure wash, safely block, stage, and shrink-wrap as required. Float shall be re-launched to the water upon completion of work. 3) Sand Blast all vertical, horizontal and diagonal cross members and all horizontal deck surfaces. 4) On steel float surfaces areas: a) Sand blast all horizontal surfaces to SSPC-6 b) Visually inspect all surfaces, exposed areas and seams. Identify areas of steel plating for galvanic corrosion, severely rusted and deteriorated metal, welds and pits which are between forty and fifty percent deteriorated in depth. c) Clad weld any small areas and doubler plate, or insert larger more extensive areas identified for repair. All new material shall be pre-blasted and primed on both sides. d) Repair and seal all damaged areas of the leaking float sections. 5) Insert pressure test fitting: a) Prior to painting final coats, pressure test each pontoon to 3PSI for 30 minutes. b) Remove the pressure test fitting and seal can to air tight / water tight integrity. 6) Preservation of float surfaces: a) From the water line and below apply two (2) coats of anti-fouling from waterline and below, with a third coat at the scum line. 7) Steel frame work and support fenders: a) Disassemble by removing outer fenders and rubber mounts and chain supports. b) San blast all horizontal surfaces to SSPC-6 c) Visually inspect all surfaces, exposed areas of the framework and steel fendering. d) Crop out / doubler / or re-enforce any severely damaged framework and supports. 8) Preservation of steel frame and fender supports: a) Apply two (2) coats of commercially acceptable primer to all exposed surfaces. b) Apply two (2) coats of haze gray topcoat to seal all exposed surfaces. 9) Replace all wooden timbers with matching timbers. Note: Government POC Brian Lehmkuhler @ 619-556-6790 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. 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 5-11-06, 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
SN01036755-W 20060429/060427221246 (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.