Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

20 -- REPAIRS PT & STBD HULL

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
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-5413
 
Archive Date
9/27/2008
 
Point of Contact
Arlene Constantine,, Phone: 757 417 4584, Arlene Constantine,, Phone: 757 417 4584
 
E-Mail Address
arlene.constantine@navy.mil, arlene.constantine@navy.mil
 
Small Business Set-Aside
N/A
 
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-5413, 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 2005-26. NAICS 336612 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a Sole Source firm fixed price purchase order to Schat Harding for the following services: The requested period of performance for the above service is 13 October through 02 November 2008. Location is Pier 8, Norfolk, Virginia. ABSTRACT: This item describes the repair and maintenance for the Port and Starboard Ridgid Hull Inflatable Boats (RHIB). 1.0REFERENCES: None 2.0ITEM LOCATION/QUANTITY/DESCRIPTION 2.1Location: 02 level, Port & Stbd Side. 2.2Quantity: Two (2) each, RHIB with Davit 2.3Description: 2.3.1RHIB 2.3.2RHIB: Willard Marine Inc., Sea Force 7.30 I/B, Length 23’ 9”, Beam 9’, Engine Yanmar 4LH-MDTE-B 170HP with Hamilton 211 water jet drive 2.4Marine grade silicone alkyd paint system and epoxy putty, as required. 2.5AMERON Paint System, as required 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1Equipment: Dry Run Kit (onboard ship) 5.0NOTES: 5.1 Performance Period: 13 Oct – 2 Nov 2008 5.2 Performance Location: Norfolk Naval Base Pier 8; Norfolk, VA 5.3 VR 08-059 Applies 5.4 POC for this Work Item and the USNS Saturn (T-AFS 10) is the Principal Port Engineer with Military Sealift Fleet Support Command (MSFSC) - Mr. John McHugh; Tel/Fax (W) (757) 417-4436 / 4542; © (757) 777-6788, e-mail; john.mchugh1@navy.mil. 5.5 Offerror shall have the proper “paper work” to access the Norfolk Naval Base (Norfolk, VA).. 5.5.1 If contractors do not have the proper Clearance for designated personnel to enter the facilities as indicated in Par. 5.2, they shall – in a timely manner - Fax [(757) 417-4542] to Ms. Brenda Westerhaus [Tel (757) 417-4535] the Name/Place of Birth/Date of Birth/Last (4) of Social Security Number/Annotate US Citizenship for those individual/s who will be working on board the USNS SPICA (T-AFS 9). The length of time for the Clearance Pass shall extend an additional two (2) days in case problems are encountered with the Work Item. 6.0QUALITY ASSUANCE REQUIREMENTS: None additional 7.0STATEMENT OF WORK REQUIRED: 7.1RHIB Maintenance: 7.1.1Temporarily remove both Port & Starboard RHIBs from the ship to a dust free, sheltered location. The outboard RHIB boat can be lowered to the water and driven to a designated pick up site. The inboard RHIB boat will be removed from the ship using a contractor provided crane to lower the boat to a contractor provided trailer. The RHIB boats shall transported and be cribbed and supported in an approved manner to ensure adequate inspection of the entire exterior hull. Cribbing shall be at least 4.5 ft. high to permit inspection. 7.1.2Temporarily remove portable gear, including removable tanks and floor boards. Gear that has been removed shall be kept under cover and protected. 7.1.3The contractor will perform the following to the engine drive shaft and jet drive assemblies 7.1.3.1 Thoroughly clean fuel tanks. Clean, free up, lubricate and test all moving parts. Test fuel tanks with compressed air. Test pressures 1 PSIG, No leakage allowed. 7.1.4Replace Fuel filter. 7.1.5Check fuel injector spray pattern and pump pressure. 7.1.6Check fuel injector timing. 7.1.7Drain, flush, refill crankcase lube oil with SHELL ROTELLA TRIMULA SUPER 15W/40 OIL. 7.1.8Replace lube oil filter 7.1.9Rebuild sea (raw) water pump. Replacing the mechanical seals, Gaskets, impeller and associated hardware 7.1.10Clean air intake silencer 7.1.11Clean exhaust water mixing elbow. 7.1.12Clean breather pipe. 7.1.13Clean Turbocharger compressor 7.1.14Replace alternator belt and set proper tension. 7.1.15Inspect and repair /replace electrical wiring and terminal. 7.1.16Re-tighten all major nuts and bolts on the cylinder head. 7.1.17Adjust intake and exhaust valve clearances. 7.1.18Replace all soft Hoses.. 7.1.19Replace cooling water drive belt and set proper tension. 7.1.20Drain, flush, re-fill freshwater system and treat antifreeze. 7.1.21Drain and chemically clean and flush the raw water system to include all heat exchangers. 7.2 Drive shaft assembly: Inspect drive shaft assembly to include all bearings and universal joints for looseness, wear, freedom of movement and replace bearings as needed 7.3 Bladders: The starboard bladder has a couple of holes in the bow section that have been patched by the ships force and require professional repair. Contractor will repair all bladder holes and /or leaks 7.3.1 The contractor will repair / re-seal the seams in the bow bladders as required. 7.3.2 A couple of the inboard hand line anchor points on the bladders have come off and one bladder fill valve assembly is different from the remaining ones. This one different valve assembly is too big to accept the manual fill pump nozzle to allow for filling of the nozzle. The contractor will replace all required anchor points and change the valve assembly to match the required fill valve. 7.4 Inspect the interior and exterior fiberglass surfaces for cracks and fractures. Submit an “as found” condition report to the MSCREP. a.Remove blisters and loose, flaking peeling or cracked paint by means of disk sanding. Edges of intact, tightly adhering paint shall be feathered-in. b.Fill all areas removed by disk sanding with epoxy putty. When putty is cured, sand flush with surrounding surface. c.Intact coating shall be lightly sanded to ensure and anchor pattern to enhance adhesion of the topcoat. d.Solvent clean all prepared surfaces and prime with two coats of commercial fiberglass primer. Topcoat with marine grade silicone alkyd paint in accordance with manufacture’s requirements. Color to match existing. e.Painted equipment shall be repainted. Re-stencil all lettering. Releasing gear and lever shall be painted bright red with one (1) inch white bands of luminous tape near end. 7.5 Obtain the dry run kit from the MSCREP. a.Install kit on each engine identified in 3.0. b.Perform an operational test to each RHIB boat engine. 7.6 Painting: a.Power tool clean to SSPC-SP 3 all surfaces including control cabinet, HPU assembly and accumulator. b.Solvent clean and paint all new and disturbed surfaces to match surrounding surfaces with AMERON Paint system as cited in Para 3.0. •Prime with 2 coats of Amercoat 385, 5-6 mils DFT per coat. •Top coat with Amershield, Haze Gray. c.Re-install nameplates, notices, and test data label plates and markings. 7.7 Perform a ‘completion’ inspection with MSCREP prior to reinstalling equipment and moving the RHIBs onboard ship. 7.8 The work to be done to the satisfaction of the Port Engineer, Chief Engineer, Chief Mate and Cargo Engineer. The contractor will demonstrate full operating capacities of the RHIB boats prior to returning them to the ship 7.9 The Contractor will return the RHIB boat from the shop and convey them to the ship. The outboard RHIB boat can be driven to the ship and can be raised with the RHIB davi. The inboard RHIB boat will be returned by the contractor provided trailer and contractor provided crane service to raise it to the RHIB cradle on the ship Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. 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) 417-4607. 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. Responses to this solicitation are due by 12 September 2008 @ 11:00 A.M. Est.. Offers can be emailed to arlene.constantine@navy.mil or faxed to 757-417-4607 Attn: Arlene Constantine. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e56dcba3f94878961acf43a6e067ecdf&tab=core&_cview=1)
 
Place of Performance
Address: PIER 8, NORVOLK VA, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN01661174-W 20080907/080905222148-e56dcba3f94878961acf43a6e067ecdf (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.