Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

20 -- REPAIR SHIPBOARD PIPING

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5289
 
Point of Contact
Patricia D Lathan,, Phone: 757-417-4599
 
E-Mail Address
patricia.lathan@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-08-T-5289, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. NAICS 238990 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set -aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to repair shipboard piping onboard the USNS Comfort. The period of performance is 28 Apr – 09 May 2008. Provide services of a qualified marine repair firm specialized in shipboard piping maintenance and repairs to perform the following work: A. GENERAL REQUIREMENTS: 1. Provide services of a qualified marine repair firm specilaizing in shipboard piping and repairs to perform the following work. Provide and erect OSHA approved staging to facilitate the work in MSD rooms or machinery spaces to reach under above deck if required by the contractor. Take the staging down upon completion of all work. 2.Remove all interference including ducting, hangers, lighting fixtures, joiner bulkheads, false overhead coverings, piping and cables to gain access the work area. Upon completion of the work reinstall them on their respective places using CFM new hardware, gaskets and fasteners. 3.Blank of all opened flanges using min 4 bolts to prevent spilling. Remove blanks prior to reinstallation. 4.When all work completed in the spaces subject to this work shall be entirely disinfected. 5.Clean, prepare, prime and paint to match all disturbed surfaces. Repair and/or all new and disturbed and damaged insulation with CFM new as original. 6.During the removal and reinstallation of piping the contractor shall exercise utmost attention to safety of the workers preventing exposing them raw sewage and gas contamination. Disinfecting the work area before and after and providing powerful ventilation and wearing masks are mandatory. B. F’BODY MSD SYSTEM REPAIRS: 1.Clean, disinfect and gas free Effluent tank 6-69-0 and all sewage lines leading into back up to the first isolation valves located in Service Area NO.5, frames 69-78. 2.Make Service Area No.5 and effluent tank and piping “Safe for Entry and Safe for Hot Work” and maintain the conditions during the entire period of the contract. 3.Replace the following piping: a.Effluent Tank Vent Line. (Sc80 Galvanized) b.Effluent Tank Blow down Line which recirculates sludge between effluent tank and surge tank. (Sc80 316L Stainless Steel) c.Effluent Tank Demister Piping (Sc80 Galvanized) d.NO.3 and NO.4 Raw Sewage Pump Salt Water Vent Lines. (316L Stainless Steel Tubing) 4.Remove wasted pieces as template and fabricate new piping of the material described in paragraph 3 with Slip-On Flanges. Upon completion of production welding conduct a hydro test with 70-deg F fresh water at 150 psig for 15 minutes. Hydro test shall be witnessed by MSCREP. No leakage allowed. 5.Upon completion of shop work transport new pipes and reinstall them on its original location using CFM new stainless steel fasteners and gaskets suitable for sewage system application. C. SEWAGE DRAIN LINE REPAIRS: 1.Remove and secure nearby twelve (12) each toilets and twelve (12) each shower strainers located in Service Area NO.6 from the spaces identified below: - Operating Crew Berthing & Dressing MALE (3-83-2) - Operating Crew Berthing & Dressing FEMALE (3-83-1) - CPO Toilet and Showers (4-83-2 / 4-83-3) 2.Remove two (2) each 4-inch check valves serving the sewage soil drain lines located in Service Area NO.6 overhead. Reinstall those using CFM new gaskets and CRES fasteners upon completion of work. 3.Using HD Roto-Router un-clog all twelve toilet and shower drain lines. 4.Upon completion of work use boroscope to prove MSCREP that all lines are free and clean. 5.Upon completion of all work reinstall all removed toilets with CFM new wax-ring, hardware, gaskets and flusometer O-Rings and shower drain strainers with new CRES fasteners. NOTE:Bidders are highly encouraged to conduct a detailed ship check to identify exact quantities of the mat’l and hardware required to complete the work described above as a turn key-project to submit their proposals. POC: 1AE Matt Clark, Phone: (410) 631-7462 Emaill: Matthew.M.Clark.CIV@msc.navy.mil Port Engineer Deniz Ovecoglu, Phone: (619) 571-1043 Email: deniz.ovecoglu@navy.mil The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. The following numbered notes apply to this requirement: none At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Also include the number of labor hours, the hourly rates, number of travel hours, and rates. Parts including part numbers and prices, airfare, travel, per diem, or any other charges should be itemized on your response. Responses to this solicitation are due by 23 April 2008, 04:00 P.M. Offers can be emailed to patricia.lathan@navy.mil or faxed to 757-417-4606 Attn: Patricia Lathan. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=598df4d98a1ef4e0258160fc7cd2d6e4&tab=core&_cview=1)
 
Place of Performance
Address: BALTIMORE, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN01558342-W 20080423/080421215927-598df4d98a1ef4e0258160fc7cd2d6e4 (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.