Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
MODIFICATION

19 -- 11 Meter Rib Boat Repair

Notice Date
3/15/2007
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, VA, 23521, UNITED STATES
 
ZIP Code
23521
 
Solicitation Number
H92242-07-T-0014
 
Response Due
4/27/2007
 
Archive Date
5/12/2007
 
Point of Contact
LaVerne Whitfield, Contracting Officer , Phone 757-492-1340, Fax 757-492-1343,
 
E-Mail Address
whitfield_A@nsweast.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is H92242-07 T-0014. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil. The NAICS code is 336611, the Small Business Standard is 1,000 employees. This is a 100 % Small Business procurement. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Quantity 1 Lot: Emergent repairs and or upgrades to the 11 Meter Rib and Trailer number NS55 ,, CLIN 0002 Quantity 1 Lot: Emergent repairs and or upgrades to the 11 Meter Rib and Trailer number NS56. Work shall be performed at the Contractor?s facility. The two boats shall be repaired concurrently. The period of performance shall be 6 months after contract award. The contractor shall maintain a facility in the Tidewater area. Acceptance shall be at Origin. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; (Jan 2006), 52.212-3 and its ALT I, Offeror Representations and Certifications (Jan 2006). Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.203-6 Restrictions on Subcontractors Sales to the Government (Jul 1995), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Nov 2006), the following clauses are applicable to this solicitation: 52.219-8 Utilization of Small Business Concern (May 2004), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities ((Feb 1999), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), Equivalent rates as follows: Employee Class Monetary Wage -- Fringe Benefits Welder , WG 10 step 5 $26.95 Electrician, WG 10 step 5 $26.95 52.222-44 Fair labor Standards Act and Services Contract Act ? Price Adjustment (Feb 2002), 52.222-26 Equal Opportunity (Apr 2002), 52.222-44 Fair Labor Standards Act and Services Contract Act (Apr 2002), 22.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006, 52.222-37Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3Protest After Award (Aug 1996). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror Representations and Certifications Commercial Items ( Jun 2005) : Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001), The applicable clauses are ; 252.243-7002 Request for Equitable Adjustment (Mar 1998, 52.225-7012 Preference for Certain Domestic 252.227-7015 Restriction on Acquisition of Hand or Measuring Tools (Dec 1991),252.232-7003 Electronic Submission of Payment Requests (May 2006) . FAR clause 52.222-41, Service Contract of 1965, as amended applies. The Wage Determination Number for this requirement is 2005-2544 REV (1). The wage determination can be accessed via the DOL website at http://www.dol.gov. The latest Wage Determination will be incorporated into any contract resulting from this solicitation. Additional FAR Clauses are 52.232-37Multiple Payment Arrangements (May 1999) and 52.233-2 Services of Protest (Aug 1996) Quoters shall include the quoter?s technical approach and past performance information. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be no more than 20 pages in total. 20 pages are defined as (10 sheets front and back, paper size 81/2 by 11 inches. Facsimiles will be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. While price will be a significant factor in the evaluation of offers, it will not be the most significant factor. The factors order of preference from most important to least important are: 1. Technical, 2. Past Performance 3. Price. Past Performance information: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1400 hours (Eastern Standard Time) on 27 Mar 2007. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 492-1340 or email whitfield_a@nsweast.socom.mil. Site Visit: A site visit will be held Mar 19, 20 and 21 at Special Boat Team Twenty, 2220 Schofield Road, Norfolk, Va. The site visit will be from 10:00 am until 1:00pm each day. The points of contact for the site visit are Mr. Paul Blanchard at (757) 492-1591, ENC Peter Mccaghy at (757) 492-1598 or CWO3 Francis Harris at (757) 492-1590. STATEMENT OF WORK 11 METER RIB EMERGENT REPAIRS 1.0 Scope The purpose of this action is to overhaul and or upgrade to 11 Meter RIB(s) NS55, NS56 and Trailers in accordance with job specifications. 2.0 Applicable Documents Drawing USZA22-96-D-0006 3.0 Requirements 3.1 The Contractor shall provide all personnel, materials, parts, equipment, machinery, and facilities necessary to conduct the required repairs, maintenance or upgrade. The Government will remove the RIB engines prior to the mechanical repairs. 3.2 The place of performance shall at the Contractor?s facility 3.2.1 The Contractor shall provide all required tools and materials. The Contractor shall follow all directives of the Special Boat Team concerning safety, security and demeanor. 3.2.2 The Contractor shall be responsible for picking up the RIB(s) and trailer(s) for repair or maintenance and delivering the repaired items back to SBT 20. The contractor shall maintain a facility in the Tidewater VA area. 4.0 Description of task 4.0.1 RIB repairs shall include removal of hull scratches and gouges, applying ceramkote and armor coat to RIB components, installation of guide vane chambers, windshields, storage bags, handrail covers and glad seals, replacement of console gage panel, navigator?s panel, engineer?s panel, Terminal boards 1 through 7, fuel bladders, bolster seats, tread-master, ratchet straps and preservation of water jets in IAW the parts list. 4.0.2 Trailers are beyond repairable condition and are to be replaced during maintenance period IAW Encl 1 (A6). 4.1 Tasking for 11M- RIB 55 and 56 Maintenance & Repairs Required 4.1.1 Boat Repairs - Preservation Remove the following metal components from boat for preservation: Hold #1 hatch and frame; Hold #2 hatch and frame, Console hatch and frame Console handrails (3 ea), battery tray, console terminal board plate, console arch securing brackets Water jet compartment hatches and frames, engine compartment hatch hinges, Comm. station plates, Swim platform strut, swim platform backing plates, drive shafts, 3rd&4th row slick bolster handrails, 2nd row bolster handrail, 3rd row bolster handrail & mounts (5 ea), fuel priming pumps, console DICP breaker bezels, Radar arch, ground plane, ground plane, engine box louvers, forward & aft gun mounts, kingpost, deck hydraulic protectors (8), Comm. Box foundation Blast all removed components to white metal Apply CeRam Kote, IAW mfg instructions, to all removed components. Remove and Reinstall 5 ea. bolster seat mounting brackets, blast, CeRam Kote & reinstall. Reinstall all components using new hardware and pins Prep and preserve the exterior of both water jets with Trilux 33 IAW mfg instructions 4.1.2 Boat Repairs - Hull & Topside Remove sponsons (2 each) and bra Repair all fiberglass damage and all hull scratches, gouges and nicks caused by trailering & other miscellaneous damage. Repair topside nicks and damage. Remove and install new keel. Armorcoat entire Rib to match base, IAW mfg instructions Clean Hold #1, remove interferences, armorcoat compartment completely and reinstall interferences Clean Hold #2, remove interferences, armorcoat compartment completely and reinstall interferences Clean console interior deck, armorcoat compartment completely Armorcoat forward vertical side of transom aft of 4th row slick bolster Accomplish cleaning & Armorcoat engine and water jet compartments complete Armorcoat bottom side of engine compartment hatches and around perimeter in trough Remove existing and provide and install all new engine compartment insulation Provide and install a new anchor chain bag in Hold #1 Provide and install SS ratchet straps & securing straps in Hold #2 (5 ea) & 72" console securing strap Provide and install hydraulic container bag in Hold #2 Provide and install new radar arch covers (2 each) Provide and install foot pump bag Provide and install port & starboard console bags Provide and install GPS and Radar cover & track Provide and install console splash shield Provide and install Port & Starboard aft rope bags Provide and install engine compartment stowage bags Provide and install new foam and covers for all handrails Provide and install 5 each bolster seat pad latch cover straps Remove existing and reinstall all tread master and ensulite on entire deck. Replace Port and Stbd fuel bladders. (IAW ECP 148) Armorcote 3rd & 4th row slick bolsters Strip down, prepare and Armorcoat bolster frames and the 5 each bolster shells Provide and install all new upholstery for bolster shells w/ new Velcro & edging and upholstery for slick bolsters Remove Main gauge panels (2 each), Navigator panels (2 each), Engineers panel (2 each) and replace with GFE Prepare, sand and preserve throttle, bucket & gearbox bezels Accomplish an all over buff of the boat Reinstall sponsons 4.1.3 Boat Repairs - Mechanical Provide and install a new acrylic scratch resistant windshield Provide and install new DIN rails for the console terminal boards Remove the steering nozzle, end bell and guide vane chamber from both jets and completely overhaul. Report to unit any materials needing replacement Shim impellers to provide proper clearance Assemble jets Drill and tap water jet bells for the zinc mod (ECP 82) Replace control cables for throttle & shift Provide and install the trim tab indicator cables Provide and install starboard back flush cable and free up valves on port & starboard sides Remove existing and install new Racor water separators Provide and install new COMM label plates (5 stations per boat) Provide and install forward & aft spotlight connector caps and chains (2 each) Accomplish testing of electrical system and submit results Remove terminal boards 1 through 7, replace with new terminal boards. Clean the terminals on remaining console terminal boards, switches and miscellaneous components Remove the battery parallel solenoid and recondition and reinstall Replace blower hoses w/ new orange hose & alum vents Remove existing HSRC valves, reseal and prep and paint and reinstall after repairs Power tool clean and preserve all hydraulic hose fittings PARTS LIST WILL BE PROVIDED PER REQUEST VIA THE CONTRACTING OFFICER: LAVERN WHITFIELD at (757) 492-1340 or email whitfield_a@nsweast.socom.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-07-T-0014/listing.html)
 
Place of Performance
Address: Naval Special Warfare, Special Boat Team Twenty 2220 Schofield Road Norfolk VA 23521
Zip Code: 23521
Country: UNITED STATES
 
Record
SN01252569-F 20070317/070315225458 (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.