Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

J -- Repair 15 Meter Workboat

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
N6883609T0221
 
Response Due
7/22/2009
 
Archive Date
8/6/2009
 
Point of Contact
Carolyn Wilson 904-270-5699 x147 Rodney Jones, 904-305-5082Robert Novotny, 904-542-0954<br />
 
E-Mail Address
Contracting Officer
(carolyn.wilson1@navy.mil)
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number N68836-09-T-0221 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the lastest edition of the Federal Acquisition Circular. This solicitation is issued on an Total Small Business Set-A-Side basis (see Numbered Note 1), NAICS Code 811310; The Port Operations, Naval Station, Mayport, Florida 32228 requires the following: Statement of WorkRepair of Work Boat:15 Meter Workboat / 15 ft beamREG #: 15WB9205HIN #: N/AAPL: 720220141Design Hoist Weight: 56,400 lbsEngines: 2x CM 6BTA5.9-220Location: Mayport Naval Basin POC: Mr. Robert NovotnyCommander Navy Region Southeast, Code N312Phone: 904-542-0954; Cell: 904-563-1194Email: Robert.e.novotny@navy.mil OR: Mr. Rodney Jones, Port Operations NS Mayport Phone: 904-305-5082 Email: rodney.jones3@navy.mil ONSITE INFORMATION:For access to and inspection of the boat prior to quoting you must contact Mr. Rodney Jones to schedule a date and time that you can be authorized to come onboard the NS Mayport for an onsite. To enter the Naval Station Mayport you must have a sponsor (Mr. Jones), and he will fax your information to Pass and ID at 270-6852 prior to your arrival. You must have a valid driver's license, a valid vehicle registration, proof of valid vehicle insurance, and you must be a US Citizen. If you will be driving a personal vehicle you will go to the Main gate on Mayport Road, Pass and ID office to obtain entrance, and your vehicle will be searched. If you will be driving a company vehicle that contains equipment such as tools, you will go to the contractor gate off of A1A to obtain entrance, and your vehicle will be searched. REQUIREMENT DETAILS:Port Operations personnel will operate/drive vessel to contractors facility on the St. Johns River if navigable. "Or" Port Operations personnel will defuel the vessel, provide crane for loading/unloading vessel & cabin at Mayport, contractor will unbolt and help to remove cabin and provide low-boy truck for transport. Contractor must have QP-3 certification in order to bid on this project. Details: 1.Remove all rub rails and pusher pads2.Clean bilges in engine room compartment3.Pressure wash & de-grease deck, hull & cabin4.Apply Chlor*Rid Wash to deck, hull & cabin & perform 5 tests for the first 1,000 square feet. Results shall not exceed 7 ppm (parts per million) as per manufacturer recommendations. All tests will be documented5.Repair leaking gaskets on 6' x 8.5' soft patch above engine compartment, inspect and repair seating surface to ensure watertight.6.Replace aft engine room water tight deck scuttle7.Replace aft vent piping on port and starboard side8.Replace emergency tiller cap & socket9.Remove all exterior appendages no longer in use/service as identified by government10.Repair or replace rub rail studs as needed11.Remove all zinc anodes12.Replace all zinc anode studs13.Remove all cabin gauges & electrical panels/equipment 14.Seal all holes in overhead & sides of cabin15.Cover & seal any non-blasted areas16.Abrasive blast deck, hull, cabin & inside area of hatch coaming (SP-10)17.Perform a profile check by following the NASE standards.The profile shall be no less than 2.5 mils.18.Perform visual inspection 19.Prep for paint20.Apply one stripe coat of Sherwin Williams Fast Clad Zinc to all crevices, welds & sharp angles to prevent early failure21.Apply one coat of Sherwin Williams Fast Clad Zinc @ 3-6.5 mils wet to blasted areas22.Apply one stripe coat of Sherwin Williams Seaguard 5000 HS Epoxy coating to all crevices, welds & sharp angles23.Apply one coat of Sherwin Williams Seaguard 5000 HS Epoxy coating @ 7-10 mils wet24.Apply one stripe coat of Sherwin Williams Seaguard 5000 HS Epoxy coating to all crevices, welds & sharp angles25.Apply one coat of Sherwin Williams Seaguard 5000 HS Epoxy coating @ 7-10 mils wet Please note that stripe coats & full coats should alternate in color26.The finish color shall be haze gray27.Apply one coat of Sherwin Williams Ablative Antifoulant as per manufacturer recommendations below waterline while last coat of Epoxy is tacky to touch28.Apply four additional coats of Sherwin Williams Ablative Antifoulant as per manufacturer recommendations29.Apply one coat of non-skid to areas that were currently covered30.Re-install rub rails31.Install new zinc anodes32.Install new windshield motors & wipers33.Install new spot light & re-wire as needed34.Install new window heating unit & re-wire as needed35.Install two new 24 volt fans & re-wire as needed36.Install new locking latches & stanchions for main window37.Re-install electrical panels38.Crop out and replace 15sqft of hull plating identified by government after blasting. Work is expected to be completed by 30 September 2009 Contractor's facility must be within a 50 mile radius of base to allow for site visits by Government Representative during repair process. Any contractor who wishes to be considered for award must be registered in the Central Contractor Database http://www.ccr.gov/ prior to award Invoices will be submitted electronically in the Wide Area Work Flow https://wawf.eb.mil/ and you must be registered prior to submitting your invoices. The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52,232-33; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003; Offers are due by close of business 22 Jul 2009 and may be emailed to Carolyn.wilson1@navy.mil or faxed to 904/270-6498. Point of Contact is Carolyn Wilson, Ph 904/270-5699 x147
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883609T0221/listing.html)
 
Place of Performance
Address: within 50 mile radius, Mayport, Fl<br />
Zip Code: 32228<br />
 
Record
SN01872290-W 20090712/090711001029-6313a8d1f0adafbe953a3990e6f81f25 (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.