Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

J -- Repair/Overhaul of Vessel

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP Bath, N62786 Supervisor of Shipbuilding, Conversion and Repair, USN, Bath, ME 574 Washington Street Bath, ME
 
ZIP Code
00000
 
Solicitation Number
N6278608T0010
 
Response Due
7/7/2008
 
Archive Date
7/22/2008
 
Point of Contact
Sherri Brackett 207-442-2353 Technical: Dave Flanigan at 207-442-3004 or flanigandk@supship.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number N62786-08-T-0010 applies. Quotes must be received by 11:59 a.m. on Monday, July 07, 2008 to be considered. The RFQ, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 and DFARS Change Notice (DCN) 20080513. Supervisor of Shipbuilding, Bath, Maine (SOSB) intends to award a firm-fixed price contract in accordance with FAR 13.302.This requirement is set-aside for all categories of small business to include 8(a), HubZone, Veteran-Owned, Woman-Owned Small Business. etc. The proposed acquisition is being processed utilizing Simplified Acquisition Procedures on a competitive basis. It is anticipated that award will take place on or before 15 August 2008. The North American Industry Classification System Code (NAICS) is 336611. SUPSHIP Bath has a requirement to contract for the following item: Item 0001: Repair/Overhaul of YTB-771. Work includes but is not limited to Standard Hazardous Waste Control; U/W Hull inspection and repair; inspection of fuel oil tanks; preservation of ballast tanks; clean and preserve water tanks; replace steering gear compartment access manhole cover; replace access hatch; Engine heat exchanges clean and inspect; remove, inspect and install propeller shafting; install main engine exhaust silencer inspection access cover; replace diesel generator exhaust silencer; replace ship service generator engine; repair and test ship service generator set; replace exterior deck lighting; replace boiler condensate drain piping; inspect and repair exterior vent piping; replace seachest vent piping; repair bilge/ballast system manifold and piping; replace fuel piping; replace fuel oil transfer pump and motor; inspect and certify medium pressure air receiver; remove chain stopper pawl type; repair capstan hydraulic system; inspect and replace CHT plumbing and deck drain piping; repair hawser rack grating and support structure; accomplish superstructure preservation; preserve chain lockers; accomplish underwater hull, freeboard and bulwark preservation; replace underwater hull zinc anodes; replace nonskid; install anti-sweat coating; install hull insulation; provide temporary services; accomplish cleaning and pumping; dry-docking and un-docking vessel; preserve interior spaces. The Navy intends to deliver the vessel to contractors facility within a 150 mile radius of Kittery, Maine. Vendor must provide valid Commercial and Government Entity (CAGE) Code, DUNS number and Tax ID number. To be eligible for award, you must be properly registered in the Central Contractor Registry at www.ccr.gov. The following provisions/clauses apply to this procurement: FAR 52.212-1; FAR 52.212-2; FAR 52.212-3, FAR 52.212-4; FAR 52.212-5; FAR 52.215-5; DFAR 252.212-7001; FAR 52.222-22; FAR 52.222-25; FAR 52.223-3; FAR 52.223-4; DFAR 252.223-7001; FAR 52.223-13; FAR 52.223-14; DFAR 252.223-7006; FAR 52.233-1; FAR 52.242-15; FAR 52.243-1; FAR 52.245-1; FAR 52.245-2; FAR 52.247-34; DFAR 252.204-7004 Alt A; DFAR 252.212-7000; DFAR 252.225-7001; DFAR 252.225-7002; HQ B-2-0004; HQ C-2-0021; HQ C-2-0038.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d962c9a95dd5cd0bbb4a2a3d06538df&tab=core&_cview=1)
 
Record
SN01588475-W 20080608/080606215505-0276722be26f54ad01a38ef9e4da21ca (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.