Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

19 -- DRYDOCK AND REPAIR OF NOAA SHIP THOMAS JEFFERSON

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-08-RP-0130
 
Response Due
11/20/2008
 
Point of Contact
Melissa R Sampson,, Phone: 757-441-6561, Margaret A Rankin,, Phone: 757-441-6562
 
E-Mail Address
melissa.r.sampson@noaa.gov, margaret.a.rankin@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The National Oceanic and Atmospheric Administration (NOAA) has a requirement for Drydock and Repairs to the NOAA Ship THOMAS JEFFERSON. The THOMAS JEFFERSON is 208 feet long and its home port is in Norfolk, VA. Provide all labor, material and equipment necessary to perform the following (including, but not limited to): Base Items - Temporary Services, Drydocking and Routine Drydock Work, Cathodic Protection System (Inspect and Repair) Elinca System (Inspect and Repair), Sea Valve Overhauls, Underwater Body Coasting, Salt Water Ballast Tank Preservation, Steering System Repairs, Propeller Shaft Inspection and Repairs, Unshipping and Shipping Rudder, Galley Exhaust System Renewal, Ground Tackle Inspection and Preservation, Reduction Gear Coupling Inspection, Frame 23 Stiffening, Miscellaneous Piping Repairs, Miscellaneous Steel Renewals, Oily Water Separator Renewal, and Stability Test Support. Option Items - Above Water Hull Preservation, Main Mast and Jack Staff Preservation, SSDG Engine Exhaust Redesign, Portable Water System Isolation Valve Renewals and Fuel Oil and Lube Oil Purifier Renewal. Growth (estimated material and labor hours) will also be included in the solicitation. The solicitation will include a liquidated damages clause, as well as a requirement for a bid, performance and payment bonds. The performance period will be 60 calendar days, with a start date between December 3, 2008 and January 6, 2009. The contractor will be required to provide actual start date of contract within the range stated above. The site/inspection period is August 1, 2008 at Newport, RI. Arrangements to attend the site shall be coordinated with the Port Engineer, Neil Lamartin at 757-441-6369. This procurement is being issued on a full and open basis and the applicable NAICS code is 336611. The acquisition will be issued as a Request for Proposals (RFP) in accordance with FAR Part 15, Best Value Procedures on or about July 19, 2008 with proposals due thirty (30) calendar days thereafter and an anticipated award date of October 19, 2008. The Government anticipates awarding a firm fixed contract to the contractor who represents the best overall value based on price and non-price factors (technical and past performance) with non-price factors being significantly more important than price. The RFP will be issued via electronic posting at Federal Business Opportunity (FEDBIZOPPS) web page www.eps.gov. Hard copies of the RFP will not be issued. It is incumbent upon contractors to monitor FEDBIZOPPS for the release of the RFP, specification, drawings and all subsequent amendments. The specification will be uploaded via www.eps.gov with the RFP. Prospective offerors who are interested in submitting a proposal for this acquisition s are encouraged to register with the FedBizOpps Vendor Notification Service and to be on the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis is posted). Offerors must be registered with the Central Contractor Registration (CCR) at www.ccr.gov and obtain (and provide with the offer) a DUNs number. Note: The applicable NAICS for this acquisition of 336611 must be included in the vendors CCR NAICS Listing. All responsible sources may submit an offer which shall be considered by the agency. For information concerning the acquisition, please forward inquiries via e-mail to Melissa R. Sampson, Contract Specialist at Melissa.R.Sampson@noaa.gov or via telephone at (757) 441-6561.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9338632ccb49ecc581d58d952561baff&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01578930-W 20080524/080522215804-9338632ccb49ecc581d58d952561baff (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.