Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

99 -- ENGINEERING SERVICES

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-06-Q-5129
 
Response Due
9/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line(NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-06-Q-5129. NUWC Division Newport intends to purchase the following items: ENGINEERING SERVICES QTY 1 JO per Statement of Work. Required delivery is date of award through 16 weeks, F.O.B. Destination Naval Station Newport; Newport, RI. This is 100% set-aside for small business. Size standard is 25M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2000-07. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. A completed copy of FAR 52.212-3 Offeror Representations and Certifications--Commercial Items must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Code 591, Simonpietri Drive, Newport, Rhode Island 02841-1708 or may be faxed to 401-832-4519. Offers must be received by 2:00 p.m. on September 25, 2006. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Nancy Strickland at 401-832-1884. For further information about all NUWC Division Newport acquisitions visit our web site at http://www.npt.nuwc.navy.mil/contract/. STATEMENT OF WORK SPARTAN Unmanned Surface Vehicle (USV) 7-METER Rigid Hull Inflatable Boat (RHIB) UPGRADE. INTRODUCTION The Spartan Advanced Concept Technology Demonstration (ACTD) Sponsor (Deputy Undersecretary of Defense, Force Protection) requested that NUWCDIVNPT accomplish upgrade of a project asset, unmanned surface vehicle (USV) 7MRX403, to enable safe lift of the vessel in underway conditions with a maximum total weight of 8,500 lb. The subject vessel, in a full load condition, will be launched and retrieved from the sea using vertical lift points. The existing installed lift points and slings are qualified in accordance with standard U.S. Navy practice to a maximum hoisting weight of 5,600 lb.; thus, the requirement for upgrade. SCOPE - In order to be able to support fleet tests and exercises, changes will have to be made to the Beta 2 USV located in Brest, France. This upgrade will improve the capability of the USV as an at-sea test platform. The Contractor shall survey the Beta 2 USV to identify any upgrade issues, and shall obtain and/or fabricate all materials necessary to structurally upgrade the subject USV to allow for launch and retrieval operations at a maximum lifting weight of 8,500 lb. The tasks necessary to perform the upgrade are listed in Section 4.0. APPLICABLE DOD/MIL Standard Specification Documents - None. TASK REQUIREMENTS - Vessel Survey. The Contractor shall survey the existing lift point areas on the subject vessel 7MRX403 IAW best commercial marine survey practices for signs of damage and readiness for lift point upgrade. The Contractor shall provide recommendations as necessary concerning repair or reconditioning to prepare the lift point areas for upgrade. The Contractor shall ensure that the new lift points will not damage or negatively impact any other USV components. In order to perform the survey, it will be necessary for Contractor personnel to travel to Brest, France. Deliverable Item: The Contractor shall provide results of the survey in a report as identified in CDRL A001. Engineering Certification - The Contractor shall provide engineering certification of the sufficiency of the design to meet the 8,500 lb lift requirement for the subject vessel. Review and certification of the test procedures (GFI, item a) to be used to perform the full load test of the installed lifting points shall also be required. Deliverable Item: The Contractor shall provide engineering certification in a report as identified in CDRL A002. Lift Hardware Procurement The Contractor shall provide four lift points (two forward and two aft) that will sustain an 8,500 pound working load (based on NAVSEA drawing, GFI item b). The Contractor also shall provide slings that fit the new lift points and are certified to 8,500 lbs. The slings shall be tested in accordance with Section 4.3. The contractor shall test each leg of the hoisting sling to 100% overload based on a force diagram derived from the specified 8,500 lb hoisting weight. Slings and lift point hardware shall be shipped to the designated installation activity in Brest, France. Deliverable Item: The Contractor shall provide (4) lift points, lifting slings, and attaching hardware as described above. GOVERNMENT FURNISHED PROPERTY - Government Furnished Equipment (GFE) - None. Government Furnished Material (GFM) - None. Government Furnished Information (GFI) - a. NAVSEA document N00024-05-F-2231 Test # 92d.1 7mRX NUWC BETA III 50% Overload Test dated JUN 05. b. NAVSEA drawing N00024-05-F-2231 7mRB-1428 7mRB NUWC SPARTAN BETA III Hoisting Arrangement dated 4/20/05. PLACE OF PERFORMANCE - The place of performance is expected to be predominantly at the Contractor?s facility in Anaheim, California. Travel to Brest, France shall also be required. PERIOD OF PERFORMANCE - The period of performance is from date of award of this contract for a period of 16 weeks. SECURITY CLEARANCE CLASSIFICATION - The work to be performed under this SOW is unclassified. The contractor shall not require access to any classified locations. ENVIRONMENTAL IMPACT - There is NO ENVIRONMENTAL IMPACT with respect to Active Sonar usage. Environmental Impact due to Fuel Spillage must be reported immediately. Should an Environmental Accident occur, it becomes incumbent on the Technical Point of Contact (TPOC) and Contracting Officer?s Representative (COR) to be immediately notified after it is reported to local authorities. Environmental Control Points are also to be made aware if an accident occurs in waters where NEPA regulations are required.
 
Place of Performance
Address: Willard Marine, Inc.,, 1250 N. Grove Street,, Anaheim, CA
Zip Code: 92806-2113
Country: UNITED STATES
 
Record
SN01145483-W 20060917/060915221754 (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.