Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

J -- refurbishment of push boat for 32nd street NAVSTA in San Diego CA

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406TA011
 
Response Due
6/15/2006
 
Archive Date
7/15/2006
 
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-A011 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 (5/19/06) and DFAR Change Notices effective through 5/19/06. The standard industrial code is 3731 (NAICS 336611) and the business size standard is 1000 employees. The agency need is for the refurbishment of one (1) each oil push boat for San Diego CA. This requirement is for a fixed priced contract. The statement of work is as follows: Refurbishment of one each Push Boat (BP-16) Utility Craft to the following specifications: 1) Contractor shall lift the vessel from the water, pressure wash and safely block, stage, and shrink-wrap as required. Craft shall be re-launched to the water upon completion of service. 2) Exterior hull and deck surfaces: a) Remove the rubber fender system and associated hardware. b) Sand blast exterior hull, main deck, deck fittings, deck hatches, and wheelhouse to standard SSPC 11. c) In all areas of visible source rust, Contractor shall sand blast to standard SPCC 10 and to ensure the proper application of base paint sealant. d) Contractor shall inspect and repair / replace damaged cleats and bits as necessary. e) Contractor shall inspect all safety chains and latches ensuring their proper operation. 3) Interior compartments of the engine room, after steering, and forward storage compartments: a) Contractor shall mask and protect all engineering and mechanical equipment in the engine compartment. b) Contractor shall machine tool (mechanically clean) all deck and bulkhead surfaces in the engine compartment to standard SSPC 6. c) Contractor shall inspect all bulkheads, overhead and bilge area surfaces for extensive corrosion. d) Contractor shall crop out and insert, or doubler plate any surfaces that are severely worn and / or deteriorated. Government rep will walk through each compartment with Contractor to assist in identifying any areas in question. 4) Deck and surface coatings: a) Contractor shall apply two coats of commercially acceptable epoxy primer to all bare surfaces. b) Contractor shall apply two coats of commercially acceptable antifouling paint to all applicable surface areas of the underwater hull. c) Contractor shall apply haze grey topcoat to the exterior hull, main deck, deck fittings, and wheelhouse. d) Contractor shall match paint scheme for the main deck. e) Contractor shall apply two layers of terracotta top coating in all bilge areas of machinery spaces. f) Contractor shall apply two layers of top coating to the bulkheads and overhead of all three compartments. g) Contractor shall apply light grey topcoat to the interior forward storage compartment. 5) Quick acting access hatches: a) Contractor shall repair or replace any failed parts which prevent proper operation of access hatches to engine room, after steering and forward storage compartment. b) Contractor shall replace deck hatch rubber seals. c) Contractor shall groom and adjust for proper operation. 6) Inspect all shaft seals and strut bearings for damage: a) Contractor shall replace strut bearings as necessary. b) Contractor shall report any shaft seal discrepancies to the Government rep. c) Contractor shall inspect the salt-water strainer system ensuring proper operation of the shifting mechanism of both sets of duplex strainers. 7) Change out all fluids and filters on both engines and transmissions. a) Contractor shall tune both engines to include checking valve clearances and injector settings. b) Contractor shall inspect and groom transmission (change fluid, filters, and check linkage). 8) Contractor shall remove, replace, and seal all windows with glass windows and replace windshield wipers and wiper mechanisms as required. 9) Contractor shall allow fifty man-hours for detailed grooming of the craft. Note: Coordinate all transportation, maintenance, and repairs with the designated Site Manager or local designated authority. Government POC ? Brian Lehmkuhler @ 619-556-6790. 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. 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 6-15-06, 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
SN01061793-W 20060604/060602221400 (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.