Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

J -- REPAIR NAVEODTECHDIV DIVE TANK

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N4279409Q0060
 
Response Due
9/26/2009
 
Archive Date
10/11/2009
 
Point of Contact
TAMMY WINTERS 301-744-6886
 
Small Business Set-Aside
Total Small Business
 
Description
1. Job Description: Remove four acrylic viewing windows and install four new, water tight, Lexan viewing windows on the commands dive tank. The dive tank is 12 feet wide, 8 feet deep and 8 feet high. The dive tank holds between 5,800 - 6,000 gallons of water. 2. Task:a. Remove eighty-four, 3/8"x3", stainless steel bolts/ nuts/ washers from each of the four, acrylic, 52" x 80", viewing windows of the command dive tank. b. Remove and dispose of the four (4) acrylic, 52" x 80", viewing windows.Remove and dispose the outer water tight gasket on each viewing window.c. Weld a load bearing bracket beneath each viewing window.d. Clean, primer (with zinc chromate) and paint (white) all new exposed surfaces. 2a. Install four (4) Lexan, 1 1/4" X 52" x 80", viewing windows. Each window will have an outer gasket to help form a water tight seal. Each window is held in place by eight-four, 3/8"x 3", stainless steel bolts/nuts/washers, which would require eighty-four properly sized holes to be drilled through the Lexan. Each bolt of the Lexan window will be properly torgued to ensure a water tight seal.The new Lexan viewing windows will be cleaned along with the surrounding area.Once work is completed the dive tank will be tested by filling it full of water and operate the water pump for 24 hours. 3. On site visit:An on site visit will be conducted on September 21, 2009 at 9:00 am. Questions must be submitted at 2:00 pm on September 21, 2009. Which will be at:Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV)Bldg. 21512008 Stump Neck RoadIndian Head, MD 20640-5070 4. PROPOSAL PREPARATIONThis section provides information and instructions for the preparation and submission of proposals under this Solicitation. 4.1 Submission of Proposals. Proposals will be accepted electronically via email to Tammy.Winters@navy.mil by 1600 on the 25 September 2009.Proposals will be evaluated based on price, technically acceptable and related experience. 4.2. Proposal General Requirements.Full proposals shall consist of two sections; Section One-Technical, and Section Two-Cost. All sections shall reference the Solicitation number. Each proposal submitted shall include the following: (A) Cover Page - includes necessary contractual information including the offeror's contracting point of contact (name, telephone number, email address, facsimile number, mailing address) and business information (Data Universal Numbering System (DUNS) number, Cage Code, CCR, business type). (B) Materials -Describe the anticipated materials and facilities requirements for the work proposed. (C) A description of the Offeror's past experience in the area of interest. (D) Cost-The offeror shall prepare and submit a cost proposal which should reflect the following: a)labor b)Cost of equipment/supplies c)Travel costs. 4.3.Central Contract Registration (CCR).Prospective contractors must be registered in the DoD CCR database prior to award of an agreement. By submission of an offer resulting from this Solicitation, the offeror acknowledges the requirement that a prospective contractor must be registered in the CCR database prior to award, during performance, and through final payment of any agreement resulting from this solicitation. The CCR may be accessed at http://www.ccr.gov/. Assistance with registration is available by phone at 1-888-227-2423. 5. PROPOSAL EVALUATION.Evaluation of proposals: Evaluations will be conducted using the following selection criteria: (1) Cost (2) Technically acceptable; (3) The Offeror's capabilities and related experience. For more information regarding this solicitation you may contact:Ms. Tammy Winters, Code 52, NAVEODTECHDIV2008 Stump Neck Road, Indian Head, Maryland 20640-5070301-744-6886tammy.winters@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0464A/N4279409Q0060/listing.html)
 
Place of Performance
Address: Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV)Bldg. 21512008 Stump Neck Road
 
Record
SN01960260-W 20090919/090918001558-680119a33787f4e7269abd1ec2e9e787 (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.