Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

19 -- Dockside Repairs to the NOAA Ship OKEANOS EXPLORER

Notice Date
9/12/2009
 
Notice Type
Presolicitation
 
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
AB133M-10-RB-0005
 
Archive Date
11/16/2009
 
Point of Contact
William E. Havens, Phone: 206-526-6461
 
E-Mail Address
william.e.havens@noaa.gov
(william.e.havens@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOAA's Marine Operation Center has a requirement for dockside repairs to the NOAA Ship OKEANOS EXPLORER. The contractor shall provide all supervision, material, and labor necessary to perform modifications, repairs, and preservation to the NOAA Ship OKEANOS EXPLORER. The mooring shall be accomplished at the NOAA's Ford Island facility in Honolulu, HI. The Ship is tentatively scheduled to become available on November 16, 2009 and be completed no later than December 31, 2009. Specific period of performance dates will be announced at the time of the issuance of the solicitation. This procurement is a 100% small business set-aside. The NAICS code for this procurement is 336611 and the size standard is 1,000 employees. The work is anticipated to consist of approximately 18 basic work items, and 7 option items, any of which are subject to change at the Government's discretion upon issuance of the solicitation. BASIC REQUIREMENTS include, but are not limited to: Modify Embarkation Lighting; Paint Locker Repair; Install Mission UPS Transformers; SONAR Electronics Room Air Conditioning; Modify ROV Crane Controls; Repair Ships Whistle; Prep & Preserve Anti-roll Tank; Perform Top End Overhaul of SSDG #1; Provide and Install Bilge Alarms; Fabricate and Install Oil Storage Tank; Install Q.A. W/T Hatch; Provide and Install Garbage Compactor; Clean Ship's Ventilation; Prep & Preserve Mission Deck; Replace Fuel Oil Purifiers; Open and Inspect Main Motor Bearings; Renew 02 Head Decks; and Weight Test Cranes and Davits. OPTION REQUIREMENTS include, but are not limited to: Prep and Preserve Ballast Tanks; Replace Freezer/Reefer/Thaw Decking; Modify Crew Mess; Refurbish Laundry Room Deck; Move ROV PDU; Prep and Preserve Forecastle Deck; and Prep and Preserve 02 Deck. General Vessel specifications: Length (LOA): 224 ft.; Breadth 43 ft.; Draft: 17 ft.; Full Load Displacement: 2,312 tons; Lightship Displacement: 1,616 tons; Additional vessel specifications of a general nature can be found at http://www.moc.noaa.gov/oe/ The Government anticipates that the vessel will be available for pre-bid inspection in Hawaii during the month of October, 2009. Specific dates will be provided upon issuance of the invitation for bid. All responsible and fully responsive sources may submit a bid which will be considered by the Agency. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about Monday, September 28, 2009 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the IFB becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. Any questions regarding this solicitation must be submitted in writing via e-mail to the Contract Specialist, Will Havens at william.e.havens@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires bidders to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133M-10-RB-0005/listing.html)
 
Place of Performance
Address: NOAA's Ford Island facility, Hawaii, United States
 
Record
SN01952530-W 20090914/090912234110-3fba3acb22c69e0d2a0b405871041bb2 (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.