Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOLICITATION NOTICE

19 -- Utility Boat Structural Maintenance/Repair

Notice Date
11/21/2008
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonville, Mayport Detachment, N68836 FISC JACKSONVILLE, MAYPORT DET Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0032
 
Response Due
12/10/2008
 
Archive Date
12/25/2008
 
Point of Contact
Susan Pierce (904)270-5699 x-146<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-09-T-0032 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Change Notice 20080124. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 employees. Fleet and Industrial Supply Center, Mayport FL, intends to purchase the following boat maintenance service on a small business set aside competitive basis. For quotation purposes, the boat will be available for viewing during the period 24 Nov 08 - 05 Dec 08, excluding holiday. Contact Chief Chad Ramsey at (504)678-2169 or EN1 Danay Murrell at (504)678-2343 to arrange an appointment. STATEMENT OF WORK The contractor shall perform structural maintenance/repair work described herein for one Government-owned 50-foot utility boat, NSA-1 hull number 15MUB9106. The Government will deliver boat and pickup from Contractor's facility within three (3) miles of NSA New Orleans via navigable waters. If contractor's facility is not within this distance via navigable waterways, contractor must provide transport to and from NSA New Orleans to include all crane service to lift boat in and out of water and truck/trailer transport as required. 1. Decommission and Commission. Remove all hardware from vessel to facilitate work. Re-install all hardware with new fasteners and bedding compound. 2. Fiberglass: Priming and Painting a. Above Rub-Rail: Tape-up all non-painted surfaces. Prime all surfaces with MIL-P2441, sand primer and apply two coats of Haze Gray FedSpec TT-E-490 and Pettit Polypoxy Platinum Gray 4718. Tape up non-skid with 2-inch cutout around all deck fittings, partitions, combing and deck edges. Non-skid to be applied using DOD-C-24667 (NSA to be notified for approval of application). b. Rub-Rail: Tape-up all non-painted surfaces. Prime all surfaces with MIL-P2441, sand primer and apply two coats of Haze Gray FedSpec 595. c. Below Water Line: Paint to be sanded to a sound structural surface. Surface to be washed and two coats of Pettit Unepoxy Plus applied. d. Non-Skid: Touch-up all damaged non-skid with International Coatings Intershield 556 non-skid and deck wash. 3. Fender System Repair. Repair all damage to continuous fender in accordance with Boat Information Book Section 2 5-7 through 5-7.2d. Fender to be recoated. Eight 6-foot x 12-inch x 12 gauge stainless steel plate (8-inch to be vertical and 4-inch to be rounded horizontal). Chafe guards to be mechanically fashioned with stainless steel lag bolts. 4. Boat Lettering and Designation. Replace original Boat Name lettering on port and starboard bow with identical 8-inch vinyl lettering with shadowing. Replace original Boat Lettering on the stern of vessel with identical 12-inch vinyl lettering (no shadowing). Pursuant to Federal Acquisition Regulation (FAR) Clause 52.222-41, Service Contract Act of 1965, as amended, the US Department of Labor Register Number 2005-2233, Revision No 7, dated 08/15/2008, is hereby incorporated and shall apply to the period of performance. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1 Instructions to Offers-Commercial, 52.212-2 Evaluation-Commercial items, Provision 52.212-3 Offeror Representations and Certifications- Commercial Items, Provision 52.222.22 Previous Contracts and Compliance Reports, Clause 52.204-7 Central Contractor Registration, Clause 52.212-4 Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.219-6 Notice o! f Total Small Business Set-Aside, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, 52.222-41 Service Contract Act of 1965 as Amended, and 52.222-42 Statement of Equivalent Rates for Federal Hires), Clause 52.219-1 Alt 1 Small Business Program Representations, 52.245-1 Government Property, 52.245-9 Use and Charges, and the following DFARs provisions and clauses: Provision 252.225-7000 Buy American Act-Balance of Payments Program Certificate, Clause 252.204-7004 Central Contractor Registration, Clause 252.212-7001 Contract Terms and Conditions ! Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program, and 252.232-7003 Electronic Submission of Payment Requests). Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer or provide updated information via ORCA. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be RECEIVED no later than 4:00 PM EST, DECEMBER 10, 2008. It is the contractor's responsibility to ensure receipt by that date. Quotations must be in writing and may be faxed, emailed, or mailed to the following. Susan M Pierce, Fleet and Industrial Supply Center, Bldg, 191 Naval Station Mayport FL 32228. Fax 904-270-6498, Telephone 904-270-5699 x-146, email susan.m.pierce@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a37f68d0eb661dbc82f2e8123f58f2d1&tab=core&_cview=1)
 
Record
SN01708956-W 20081123/081121215842-7e2fcf21fa08cff3994b43b57cfa60a8 (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.