Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

19 -- RECOVERY - NOAA Ship RAINIER Major Repair Period (MRP) Dry Dock Repairs

Notice Date
3/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
RAINIER-MRP-2009
 
Archive Date
3/19/2009
 
Point of Contact
William E. Havens,,
 
E-Mail Address
william.e.havens@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of performing the requirements necessary to complete the Major Repair Period (MRP) of the NOAA Ship RAINIER. The Government is especially interested in responses from SBA certified small business concerns that are capable of performing the work described within this notice. The contractor shall provide all facilities, supervision, material, and labor necessary to perform modifications, repairs, and preservation to the NOAA ship RAINIER. The mooring and dry docking shall be accomplished at the contractor's facility. The MRP is expected to have a dry docking period of about 3 to 4 months as a part of a total of 12 months long shipyard period. The anticipated period of performance is 14 months which includes about 2 months of up-front time for the purpose of allowing the contractor time to order long lead-time items. The Government currently anticipates that the RAINIER will become available to enter into the shipyard period of the contract in late-October or early-November 2009. The Government also anticipates that during the shipyard period the successful offeror may choose to have a dry docking period of roughly 3 to 4 months, with the possibility of dry docking not being a continuous operation. The placement of dry dock work within the schedule of repairs depends upon the schedule that the successful offeror submits to the Government for approval after the time of contract award. The planned work may include, but is not limited to, the following work items: - General Repair & Temporary Service Requirements - Dry Docking Requirements - Asbestos Insulation Abatement in Machinery Spaces - Main Propulsion Shafting, Propellers, Shaft Seals and Bearings - Main Engine and Reduction Gear Inspections and Repairs - Steering System Modifications - Rudder Repairs & Inspections - Bow Thruster Inspections and Repairs - Survey Boat Davits Installation - Fast Rescue Boat and Davit Installation - Installation of New Forward Deck Cranes - Incinerator Relocation - Underwater Hull Preservation - Hull and Topside Preservation - Deck and Superstructure Steel Repairs - Forward and Aft Mast Modifications and Preservation - Non Skid Deck Repairs - Potable Water Tank Preservation - Aft Grey Water Tank Preservation - Forward Grey Water Tank Forced Draft Ventilation System - Ships Service Diesel Generators, Voltage Regulators, & SWBD Upgrade - Fire Detection System Installation - HW Boiler System Modifications - Fixed Ballast Modifications - Installation of Ships Multi-beam System - Navigation Electronics Systems Upgrades - Moving Vessel Profiler MVP Installation - Central Uninterruptable Power Supply UPS - Marine Sanitation Device MSD Modifications - Sewage, Grey Water GW, Deck Drain Piping System Modifications - Bilge and Ballast Piping - Fuel Oil Manifold Repairs - Fire main Piping Repairs - Saltwater Flushing System Piping Repairs - Motor and Pump Repairs - Engine Room Main Control Space Access Modification - C-Deck Berthing Spaces Asbestos Abatement / Compt & Access Mods - Heating, Ventilation, and Air Conditioning HVAC System Cleaning - Air Conditioning System Modifications and Repairs - HVAC Mixing Boxes - F-Deck Aft Computer Work Space AC System - Galley Equipment Replacements, Deck Coating, Space Modifications - Mess Compartment Remodel including Head Relocation - Water Tight Access Hatches and Doors Refurbishment - Anchor Chain Inspections & Repairs - Asbestos Deck Tile Abatement and New Tile Installation - Anchor Windlass Repairs - Wire Way Collar Asbestos Abatement - HVAC System Cleaning - Cathodic Suppression System Repairs and Inspections - Machinery Alarm and Control System Modifications - Ventilation Intake and Exhaust Louver Repairs - Install Lifting Hook System on Survey Boats - Additional Work - Pre-priced labor rates and material markup rates - Lay Day - Cost per day (excluding utilities & services) - Utilities & Services - Cost per day - Zincs - Cost per unit - Anchor Chain - Cost per shot - D-Deck Spaces Asbestos Abatement / Compartment Remodel - E-Deck Spaces Asbestos Abatement / Compartment Remodel - F-Deck Spaces Asbestos Abatement / Compartment Remodel - Chill Box and Walk-in Freezer Asbestos Abatement - Aft A-Frame Installation - OCEO Winch Replacement - Aft Main Crane Modification (convert boom to knuckle type) General Vessel specifications: - Length (LOA): 70.4 m (231 ft.); - Breadth (moulded): 12.8 m (42 ft.); - Draft, Maximum: 4.4 m (14.3 ft.); - Hull: Welded steel/ice strengthened; - Displacement: 1,800 tons; - Gross Tonnage: 1,591; - Net Tonnage: 578. Additional vessel specifications of a general nature can be found at http://www.moc.noaa.gov/ra/specs/general.htm. The NAICS code for this requirement is 336611 and the small-business size standard is 1,000 employees. The Government anticipates awarding a fixed-price supply contract for the repairs to the RAINIER. The Government intends that any resulting procurement action will be accomplished, at least in part, under the authority of, and in accordance with the requirements of, the American Recovery and Reinvestment Act of 2009 (ARRA). The entirety of any resulting procurement may not necessarily be funded with Recovery Act funding. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise that any procurement action that may be issued for the Government's requirements related to other NOAA Ship RAINIER repairs, current or otherwise, will necessarily be associated with the American Recovery and Reinvestment Act. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit information to include: 1) Your firm's DUNS number & CAGE code; 2) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 3) A brief description of your firm's recent past experience (within past 3 years) performing complex ship repairs of a similar magnitude to the work to the RAINIER as described above; 4) Your firm's facility capabilities, specifically whether your firm has a certified dry dock capable of dry docking the RAINIER; 5) Your firm's bonding capacity. NOAA is required by Public Law to secure performance and payment bonds for ship repair in the amount of 20% of the funded contract award amount. 6) Identify from the list of major work components above those that your firm would likely subcontract out. Any subsequent contract will contain the mandatory FAR clause 52.219-14, Limitations on Subcontracting, which limits subcontracting costs to 50% of the price of the contract. Information must be received by the Contract Specialist, Mr. William Havens, at william.e.havens@noaa.gov by close-of-business on Wednesday, March 18, 2009. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. Firms that are interested in sub-contracting opportunities related to this project should contact interested ship yards directly with inquiries, not the Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d63646367273786c9d5ccd76f201b87&tab=core&_cview=1)
 
Place of Performance
Address: To be determined at the time of contract award., United States
 
Record
SN01762387-W 20090307/090305215845-7d6d1c4be273c84f03b65be0beabdf1a (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.