Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

J -- T.S. EMPIRE STATE P & S BOILER REFRACTORY REPAIR

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200 7737 Hampton Boulevard, Building 4D, Room 21, Norfolk, VA, 23505, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Q-070368
 
Response Due
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Maritime Administration, South Atlantic Region Contracts Office, has a requirement for Main Propulsion Boiler Refractory Repair onboard the T. S. EMPIRE STATE berthed at the SUNY MARITIME COLLEGE pier, at 6 Pennyfield Ave., Bronx, NY 10465. The contractor shall repair and replace the high temperature castable refractory in the Port & Starboard Main Propulsion Boilers onboard the T.S. Empire State. Contractor shall provide all necessary labor, material and tools to accomplish the following: Superheater Cavity Roof - All refractory to be removed to bare metal in both boilers and replaced with new 3000lb. castable type refractory. Contractor shall use zinc alloy wire and stainless steel anchors to secure the refractory. Port and Starboard furnaces - Contractor to remove all fillets and poured areas of refractory and replace with new high temperature refractory. Debris Removal - Contractor shall be responsible for the removal and disposal of all debris generated by this item of work. The Contractor shall NOT utilize the existing dumpsters located on the pier belonging to the vessel. Gas Free Certificate - The Contractor shall be responsible to provide the services of a certified Marine Chemist to test and certify the areas of work to be "safe for man and safe for fire". Contractor shall also be responsible to have the site check the site by a certified "competent person" to monitor that the site remains "safe for man and safe for fire" for the duration of the work. Services - The Contractor shall be responsible to provide the necessary Portable air compressor and self-contained welding machine required during the performance of this work. Electric power for the Contractor's temporary lighting will be made available by the vessel. However, the Contractor shall furnish the required temporary lighting strings, extension cords and "gang" receptacles. All work must comply with any applicable regulatory body rules and requirements. All work must be to the satisfaction of the attending Contracting Officer's Technical Representative. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q-070368 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 332410 with a small business size standard of less than 500 employees. This requirement is set aside 100% for small business and only qualified offerors may submit a quote. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). 52.225-1, Buy American Act - Supplies (April 2006)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The due date and time for receipt of quotations is February 27, 2007 at 2:30 pm ET. Quotations may be returned by email to: Glen.Spears@dot.gov or by mail to the Contracting Office Address included herein, Attn: Glen Spears.
 
Place of Performance
Address: SUNY MARITIME COLLEGE, 6 Pennyfield Ave, Bronx, NY
Zip Code: 10465
Country: UNITED STATES
 
Record
SN01232812-W 20070217/070215220453 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.