Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

20 -- Replacing Boiler Tubes on NOAA Ship Delaware

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-09-RQ-0874
 
Archive Date
8/22/2009
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-09-RQ-0874. The U.S. Dept of Commerce, NOAA Ship Delaware II, NE Marine Support Facility, 166 Water Street, Woods Hole, MA has a requirement for replacing the boiler tubes in accordance with the following Statement of Work: NOAA Ship DELAWARE II Boiler Tube Replacement 1. SCOPE This Detail Specification contains the requirements for replacing the boiler tubes on the NOAA Ship DELAWARE II. 1.1 References (a) NOAA Standard Specification AMC-000-3C, "General Requirements for Small Contract Ship Repairs" 1.2 Government Furnished Material a. None. 1.3 Requirements a. Reference (a) forms a part of these Detail Specifications. All provisions and requirements contained therein are applicable to all work items, including all additional work items which are authorized by the Contracting Officer. b. In conjunction with Ship's force, follow ship's lockout / tagout procedures to secure all electrical power to the boiler. c. Remove all interferences necessary to allow the water boiler to be laid down to allow access to the boiler tubes. Drain all water out of the boiler and lay the boiler down. Move the boiler as necessary to allow as much room as possible to remove the boiler tubes. d. Provide the services of an authorized manufacturer service technician to remove all 65 boiler tubes and install 65 SA178-A, 1¾ inch diameter, 13 gauge by 36½ inch long new boiler tubes. The tubes shall be seal welded on the hot end and processed on the top end per the manufacturer. e. Provide and install 65 new 1¾ inch by 30 inch by ¾ inch turbulators in the tubes. f. After a successful hydrostatic pressure test, reinstall the boiler to its original location and secure in place. Reinstall all removed interferences. g. With the assistance of the engine department, refill the boiler with water and perform an operation test of the boiler. 1.4 Quality Assurance a. Perform a hydrostatic pressure test on the boiler to and check for leaks. Test pressure shall be 60 psig. Repair all leaks, if any. 1.5 Notes a. The boiler is an L.E.S. Series VW water boiler; model number VW-110L-G-1. The water capacity of the boiler is 85 gallons and the boiler weighs 1,700 pounds dry. b. Dillon Boiler Services Co., Inc. is the local L.E.S. manufacturer's representative and they can be contacted at the following address: Dillon Boiler Services Co., Inc. 380 Crawford Street Fitchburg, MA 01420-6898 Tel: 978-345-4351 Fax: 978-345-1646 Attn: Charles Perry ADDITIONAL ITEMS - GROWTH Note (1): These CLINS (0002 - 0003) relate to Growth Work. The Unit Price Column will be used throughout the life of the contract if growth work is added to the scope of the contract. If Additional Item Requests (AIRs) are issued, these items will be awarded at the quantities needed via a contract modification. The quantity shown is an estimate only and may be exceeded at the unit prices offered. [See Section H, CAR 1352.217-107] CLIN SPECIFICATION WORK ITEM TITLE UNIT PRICE UNIT QTY EXTENDED PRICE 0002 ADDITIONAL ITEM REQUESTS (AIRS)/GROWTH LABOR RATE (See #27). $ HRS EST. 50 $ 0003 ADDITIONAL ITEM REQUESTS (AIRS)/GROWTH MATERIAL MARK UP/HANDLING FEE (See 27) ______% DL EST. $1,500.00 $ Delivery is required F.O.B. Destination to NOAA Ship Delaware II, NE Marine Support Facility, 166 Water Street, Woods Hole, MA during the period August 31, 2009 through September 6, 2009. The site/inspection date shall be July 31, 2009 at the NOAA Fisheries Science Center Pier in Pascagoula, MS. Only individuals on the access list will be permitted onto the site to participate in the site inspection. Arrangements to attend the site and be placed on the access list shall be coordinated with Ken Marston, at 508-495-2347. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. August 7, 2009; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation 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; FAR 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-Commercial Items (JUN 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (8), (18), (19), (20), (21), (22) (31), (34) and (39). The following additional terms and conditions apply and are incorporated by reference: 1352.217-90 INSPECTION AND MANNER OF DOING WORK (JAN 1987) 1352.217-92 PERFORMANCE (JAN 1987) 1352.217-93 DELAYS (JAN 1987) 1352.217-94 MINIMIZATION OF DELAY DUE TO GOVERNMENT FURNISHED PROPERTY (JAN 1987) 1352.217-95 ADDITIONAL PROVISIONS RELATING TO GOVERNMENT PROPERTY (JAN 1987) 1352.217-96 LIABILITY AND INSURANCE (JAN 1987) 1352.217-97 TITLE (JAN 1987) 1352.217-98 DISCHARGE OF LIENS (JAN 1987) 1352.217-99 DEPARTMENT OF LABOR OCCUPATIONAL SAFETY & HEALTH STANDARDS FOR SHIP REPAIRING (JAN 1987) 1352.217-100 REGULATIONS GOVERNING ASBESTOS WORK (JAN 1987) 1352.217-101 COMPLETE AND FINAL EQUITABLE ADJUSTMENTS (JAN 1987) 1352.217-102 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE, AND APPROVAL (JAN 1987) 1352.217-103 ACCESS TO THE VESSELS (JAN 1987) 1352.217-107 CHANGES--SHIP REPAIR (JAN 1987) 1352.217-108 DEFAULT--SHIP REPAIR (JAN 1987) 1352.217-110 GUARANTEES (JAN 1987) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.233-70 HARMLESS FROM LIABILITY (MAR 2000) 1352.209-73 COMPLIANCE WITH THE LAWS (MARCH 2000) The following clauses are provided in full text: 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005) a.Ken Marston is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: 166 Water Street, Woods Hole, MA 02543. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause) NOAA/ERAD METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR (AUGUST 2005) The Government will make payment under this contract based on a percentage or stage of completion. The contractor may invoice each work item as work progresses. The amount invoiced shall be calculated based on those prices stipulated in the contract Schedule, as follows: A work item may not be invoiced until the percentage complete reaches 25 percent. Future invoices for that work item have no limitation as to the percentage of completion required before invoicing. (The minimum percentage of completion (25%) to be reached prior to billing each work item may be waived by the Contracting Officer on a case by case basis for large dollar work items.) Invoices submitted by the contractor which are deemed not proper, in accordance with FAR clause, 52.232-25 will be returned. Invoices shall include (see the clause for a full summation of invoice requirements): Name and Address of the contractor; Invoice date Contract Number/Modification No. CLIN/Work Item No., Description, quantity, unit of measure, unit price and extended price; Shipping and Payment Terms; Name and Address of Contractor official to whom payment is to be sent; Name, title, phone number, and mailing address of person to be notified in the event of a defective invoice. The invoice must include: a) The percentage of completion for each CLIN/work item identified; b) Name of the Contracting Officer; c) Ship name; and, d) The overall percentage and dollar amount previously billed, currently billed and unbilled. Note: When invoicing for growth work, the contractor shall identify it as Growth and shall identify the modification number to which authorization was given and the CLIN/work item that the growth is associated. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR), (see FAR 52.232-33). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, it is in the contractor's best interest to ensure that the DUNS number is recorded on every invoice submitted against this contract. All payments based on percentage or stage of completion rendered by the Government under this contract are based on the assumption that the contractor will, in good faith, execute and honor all payment terms entered into between it, the prime contractor, and any subcontractor thereof in the performance of this contract. The contractor hereby acknowledges the Government's right to reduce or suspend percentage or stage of completion payments based on non-payment in accordance with any payment terms of the subcontract agreement. All items of work invoiced under this contract will be verified and confirmed by the Contracting Officer's Technical Representative (COTR) as accurate and complete and approved by the designated billing office. Any amount deemed not payable will be deducted from the contractor's invoice. Deducted amounts may be resubmitted on the next invoice for reconsideration provided all supporting documentation is submitted and validated. Additional work verbally agreed to by the parties that has not yet been incorporated into the contract by modification shall not be included in an invoice. Payments will not be made for any work to which a modification has not been properly executed. Invoices submitted for payment that includes such a request will be reduced by the unmodified amount. Invoices shall be mailed to the designated billing office, as follows: Department of Commerce/NOAA Eastern Region Acquisition Division (ERAD) Attn: Robin Resweber 200 Granby Street, 8th Floor Norfolk, VA 23510 Robin.Resweber@noaa.gov The contractor's final invoice submitted under the contract must be marked as follows: THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER PURCHASE ORDER NUMBER EA133M-09-SU-XXXX (to be assigned upon contract award).  NOAA/ERAD ADDITIONAL ITEM REQUESTS LABOR RATE (MARCH 2005) The Additional Item Requests (AIRs) labor rate (CLIN 0002) offered shall be the sole labor hour rate used to price the prime contractor's direct labor hours for contract changes, i.e. growth work. The contractor shall not receive any compensation in addition to this rate for the prime contractor's direct labor associated with such changes under this contract. a. The rate for all man-hours of labor, to be used for emergent work if ordered by the Contracting Officer pursuant to the "Changes - Ship Repair" or mutually agreed upon by the parties by supplemental agreement to accomplish additional work not required elsewhere in the work items, shall be established using this labor rate. The estimated man-hours for this Dockside Availability are listed in Section B. b. This rate shall be a flat rate to cover the entire effort and shall be burdened to include: 1. Production man-hours shall be for skilled labor at the journeyman level expended in direct production as exemplified by the following functions: Abrasive Cleaning/Blasting, Blacksmithing, Boilermaking, Carpentry, Crane Operation, Electrical/Electronics Work, Engineering (Production), Insulating/Lagging, Machining (inside and outside), Painting, Pipe Fitting, Rigging, Sheet-metal Work, Shipfitting, Shipwrights, Staging/Scaffolding, Tank Cleaning, and Welding/Burning/Brazing. 2. Non-production man-hours (whether charged as direct labor or indirect labor by the contractors accounting system) shall be for labor in support of production functions. Necessary support functions should be priced into the burdened rate for production man-hours. Examples of support functions include: Engineering (support), Estimating, General Labor, Firewatch, Material Handling, Planning, Quality Assurance, Security (General), Supervision, Surveying, Testing, and Transportation. 3. Other indirect charges including but not limited to the following: overhead, general and administrative, support functions, facilities, and capital cost of money and profit for the contractor and any subcontractors selected by the prime contractor. The hourly rate will not be used to price work which may be directed to a subcontractor by name in the work specifications. c. All material costs shall be paid based on the contractor's return cost plus the markup identified in Section B (CLIN 0002). The estimated worth of additional material for this item is also listed in Section B. d. The contractor shall take into account full award of estimated AIRs hours during the development of the Production Schedule. Award of any portion of this item does not in its self justify an extension to the original contract completion date. e. The quantities of AIRs labor hours (CLIN 0002) and additional material (CLIN 0003) indicated in Section B are only estimates and are Growth Items pursuant to this solicitation. The provided burdened man-hour rates and material cost rate shall remain in effect for the entire life of the contract. The estimated quantity represents the Government's best estimate of the total number of additional hours/material that may be required throughout the contract. The Government may elect to exceed this value at the prices stated in the schedule at its discretion during performance of the contract. The inclusions of these items do not obligate the Government to exercise the item(s) nor entitle the contractor to compensation if not exercised.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-0874/listing.html)
 
Place of Performance
Address: NE Marine Support Facility, 166 Water Street, Woods Hole, Alabama, 02543, United States
Zip Code: 02543
 
Record
SN01874721-W 20090716/090715000116-d1cddee86b8f0da3335651e64a3a1f54 (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.