Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

J -- BARBARA LOIS Stern Repairs

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, DOT/Maritime Administration, MAR-380 1200 New Jersey Ave SE, MAR380 W26-429 Washington DC 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA1Q09028
 
Response Due
5/12/2009 11:59:00 PM
 
Archive Date
5/1/2010
 
Point of Contact
Janice Marshall Contract Specialist 2023661744 janice.marshall@dot.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
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 QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA1Q09028. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC )2005-31 (APR 2009). This requirement will be 100% Small Business Set Aside, and the NAICS code is 336611 with a Small Business size standard of 1000 employees. The Department of Transportation (DOT) Maritime Administration (MARAD) Central Region Beaumont Reserve Fleet 2600 AMOCO Road; Beaumont, TX 77705 intends to procure services to accomplish stern repair of the BARBARA LOIS as specified in the below associated specifications and Statement of Work (SOW) on a firm-fixed price basis: The attached package includes the following items: NOTE: PLEASE E-MAIL REQUEST FOR COPY OF SPECS AND DRAWING to janice.marshall@dot.gov. 1. ABSTRACT: This outlines general requirements applicable to all renewal under taken in this contract and any changes thereto negotiated unless modified or excluded in a particlular specification. The intent of this item is to crop out, renew and install a stern bulwark, a fender system on the bulwark, a fender system installed on the stern hull and replace 6 ballast vents on the stern of the vessel. The work shall include steel preparation and painting prior to installation of the new fender system. 2. GENERAL SPECIFICATIONS:2.1 The contractor shall provide all labor, equipment, materials, engineering and structural calculations to accomplish the specification(s).2.2 The contractor shall obtain all applicable Insurance's, Marine Chemist certificates, and permits required by law to accomplish the specification(s).2.3 The contractor shall include all removals required to gain access to accomplish the repairs, renewals and additions enumerated herein. 2.4 The contractor shall replace all removals for access.2.5 The contractor shall provide fire protection, firewatch services and equipment to protect the vessel and personnel.2.6 The contractor shall take measurements of dimensions and proportions to accurately carry out these repairs. Measurements referred to in the specification(s) are estimates given for identification and general guidance only.2.7 Materials or equipment identified in these specifications may be substituted with equivalent products with the Fleet Representative's approval.2.8 The contractor shall dispose of all waste as per local, state and federal regulations. Copies of disposal documentation, if required, shall be delivered to the Fleet Safety and Environmental Officer.2.9 The contractor shall clean and restore all areas disturbed by work outlined in the specification(s) as original. 2.10 The contractor shall maintain the vessel in a safe and clean condition.2.11 The vessel is required to remain in a 48-hour readiness status while undergoing these repairs. The contractor shall plan and carry out this contract so that in the event of a National Defense emergency requiring the vessel be operational such can be accomplished in the readiness period. In such an event, remaining work scope will be terminated and overtime labor and extra costs will be negotiated as a change order to the contract.2.12 The contractor shall make all removals and all renewals at the Beaumont Reserve Fleet while the vessel lay alongside the fleet shore side dock. 3. REFERENCES:3.1 M/V Barbara Lois annotated photo layout of the area and items to be renewed 4. ITEM LOCATION/ DESCRIPTION:4.1 LOCATION:4.1.1 Main Deck aft, from Fr. 45 to Fr.60 Port and Starboard side.4.2 DESCRIPTION:4.2.1 Stern bulwark, stern hull vent areas. 5. GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES:5.1 EQUIPMENT:None5.2 MATERIALS:None5.3 SERVICES:None 6. STATEMENT OF WORK: 6.1 STERN BULWARK RENEWAL: The contractor shall prefabricate new Port and Starboard bulwarks to replace the existing bulwark. The contractor shall construct the new bulwarks matching the configuration, structure and dimensions of the existing bulwarks. The existing Port and Starboard stern bulwarks measuring approximately 25' each side between frames 45 to 60 and in the areas of No. 5, 6 P/S and aft peak ballast tanks. The contractor shall crop and remove the existing Port and Starboard bulwarks and install the new prefabricated bulwarks. The contractor shall renew all bulwark support brackets and fittings. The contractor shall cut the bulwark support brackets at 6 inch above the deck. 6.2 STERN BULWARK FENDER RENEWAL: The contractor shall crop and remove the port and starboard stern bulwarks fenders including all mountings, support brackets and fittings. The contractor shall fabricate and install new stern bulwark fenders including all mountings, supports and fittings. The contractor shall construct the new bulwark fenders matching the configuration, structure and dimensions of the existing bulwarks fenders. Approximate sectional measurements are 11 inch diameter by 22 inch wide x 9 feet long. Total 2 sections required. The fenders shall include standard mounting plates on 2 foot centers or better.6.3 STERN HULL FENDER RENEWAL:The contractor shall crop and remove the port and starboard stern mounted fenders including all mountings, support brackets and fittings. The contractor shall fabricate and install new stern mounted fenders including all mountings, supports and fittings. The contractor shall construct the new bulwark fenders matching the configuration, structure and dimensions of the existing bulwarks fenders. Approximate sectional measurements are 11 inch diameter by 22 inch wide by 5 feet long. Total 2 sections required. Approximate sectional measurements of the horizontal fenders are 2.5 inch diameter by 22 inch wide by 42 inch long. Total 2 sections required. The fenders shall include standard mounting plates on 2 foot centers or better.6.4 BALLAST TANK VENT RENEWALS:The contractor shall crop flush with the deck, renew in kind 6 each (3 port aft and 3 starboard aft) ballast tank vents measuring 6" diameter by 21" high. Vent pipes service No. 5, 6 P/S and aft peak ballast tanks.6.5 REMOVALS: The contractor shall remove all obstructions to the areas outlined in 5.1, 5.2 and 5.3 above by torch/saw cutting, and grinding to achieve a flat surface for the closest possible fit up. 6.6 STEEL PREPARATION The contractor shall grit blast all steel and fittings to the standard dictated by SSPC SP10 Near-White Metal Blast.6.7 COATING APPLICATIONS:The contractor shall coat all steel renewals with International Waterborne paint in contrasting shades with the final coat being black. A total of three coats shall be applied to all steel renewals and fittings. Each coat shall be a minimum of four (4) mils DFT allowing six (6) hour drying (cure) time between coats. NOTE: Site visits prior to RFQ closing date and time may be arranged by contacting: BID QUOTATION Line Item Dellivery Quantity Unit of Unit PriceNumber/Description Date Issue 2. GENERAL 5/30/09 1.00 JOB $SPECIFICATIONS6.1 STERN BULWARK 5/30/09 1.00 JOB $ RENEWAL6.2 STERN BULWARK 5/30/09 1.00 JOB $FENDER RENEWAL 6.3 STERN HALL 5/30/09 1.00 JOB $FENDER RENEWAL6.4BALLAST TANK 5/30/09 1.00 JOB $VENT RENEWAL 6.5REMOVALS 5/30/09 1.00 JOB $ 6.6 STEEL 5/30/09 1.00 JOB $ 6.7COATING 5/30/09 1.00 JOB $APPLICATION 7.0ASUPPLEMENTAL 5/30/09 1.00 HRS. $ WORK (LABOR) 7.0BSUPPLEMENTAL 5/30/09 1.00 DOLLARS $WORK (MATERIAL)8.0GRAND TOTAL OF 5/30/09 1.00 DOLLARS $CLINS 2, 6.1 through 7.0B CONTRACTOR SHALL SPECIFY THE NUMBER OF DAYS REQUIRED TO ACCOMPLISH THE WORK OUTLINED IN THESE SPECIFICATIONS. CALENDAR DAYS: WORKING DAYS: NOTE: AT NOTICE TO PROCEED THE CLINS TO BE ACCOMPLISHED WILL BE INDICATED IN WRITING FROM THE MARITIME ADMINISTRATION. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2, Evaluation-Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsibility offeror whose offer to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate: (1) price, (iii) past performance, and (iii) technically acceptable. Techincal and past performance when combined are equal when compared to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced.; 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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 (MAR 2009) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2009) (applies to this acquisition; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.203-06 Restrictions On Subcontractor Sales to the Government (SEPT 2006), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.219-28, Post Award Small Business Program Representation (JUN 2007), 52.222-3, Convict Labor (JUN 2003), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code, 6) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB destination. Responses and questions to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to janice.marshall@dot.gov or fax to 202-366-3237 no later than 12 May 2009 by 11:59 p.m. local time. Reference: DTMA1Q09028 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. SITE VISIT: Interested parties may request a site visit between May 5-7 from 8:00 a.m. to 4:00 p.m. by contacting John Hickey @ 409-722-3433. A valid state issued drivers license is required to access facility.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=118ee4ad4d43c72fd5dc47d78e2fed82&tab=core&_cview=1)
 
Place of Performance
Address: Beaumont Reserve Fleet2600 Amoco RdBeaumont, TX 77705<br />
Zip Code: 77705<br />
 
Record
SN01806807-W 20090503/090501221005-118ee4ad4d43c72fd5dc47d78e2fed82 (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.