Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

20 -- Vessel Repair and Installation - supporting docs

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCND6011-10-07983SRG
 
Archive Date
3/16/2010
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
supporting docs, plans, requirements COMBINED SYNOPSIS/SOLICITATION Vessel Repair and Installation (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6011-10-07983SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 336611. The business size standard is 1000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001through CLIN 0014 - Vessel Repair and Installation (VI) CLIN 0001 - Vessel Repair and Installation CLIN 0001 - Haul Out, routine yard work, temporary services, undock: Vessel shall be lifted in a drydock, marine railway, or by travel lift rated for 100 tons or greaterVendor will need to measure each window for specific measurements, top to bottom, side to side, and corner to corner at a minimum for exact sizes. CLIN 0002 - Install Lazarette Ventilation: To increase air flow through the Lazarette (Jet Room) spaces to reduce moisture build up due to high humidity and poor air circulation. CLIN 0003 - Lazarette and cross deck thermal insulation: Vent fans are to be installed as listed in Line Item 0002 and the spaces and cross deck areas are to be thermally insulated. CLIN 0004 - Repair of starboard fuel tank weld: To repair a crack to the starboard 1700 gallon aluminum fuel tank. Crack is located at approximately the 800 gallon mark. Original damage occurred Sept. 2008, repaired in Oct. 2008 and now welded site is beginning to crack again. Access to repair is through the starboard side tank room. CLIN 0005 - Recoat bottom paint: Paint areas on the hull, foil and propulsion to increase vessel speed and provide better fuel efficiency. CLIN 0006 - Cathodic protection anode replacement: Remove and replace Driver Dream hull anodes and 16 water jet anodes on each water jet. CLIN 0007 - Inspect and evaluate current main engine seawater intake system: Prior to vessel haul out at the yard, conduct an inspection and evaluation of the SW cooling supply system for water or air leaks. CLIN 0008 - Through hull seawater intakes for compressor system: Install one new aluminum through hull fitting in each lazarette for new seawater supply intakes for the Nitrox compressor cooling systems. CLIN 0009 - Install swim gate on port side bow area: Install hinged swim gate on bow. Yard design and installation should be exact replica to the hinged gate located centerline on the bow. CLIN 0010 - Install a marine flourescent light fixture on aft deck: Install exterior light over the dive fill station to increase illumination to area. CLIN 0011 - Reconfigure securing system for dive ladders: Make improvement of current configuration of dive ladders and platforms to increase the security of dive ladders in the down position. CLIN 0012 - Install a data cable pass through from 0-1 deck to dry laboratory: Install a permanent, watertight data cable pass through (kick-pipe) through the 0-1 deck near the Markey winch slip ring to allow cables to be routed to the dry laboratory. CLIN 0013 - Install additional ladder rung to aft engine room access ladders: Install an extra step to the ladder for safety. Size and spacing on new rung should match existing ladder. CLIN 0014 - OPTIONAL ITEM: Install stop check valves to main raw water engine intake. This item may be deleted from SOW if proposals exceed available funding. Replace existing 3 butterfly valves with 3 flanged stainless steel stop check valves at port and starboard main engine sea water intakes. (VII) Place of vessel repair and installations is NOAA, Flower Garden Banks NMS, 4700 Avenue U, Building 216, Galveston, TX 77551. Required delivery and installation is no later than April 19, 2010. Offerors shall state offered delivery ARO and company Dun & Bradstreet number. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best valve to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance: Record of past performance with the same or similar efforts based on examples of previous experience and demonstrated abilities; 2) Cost and schedule management; and 3) Customer satisfaction. Vendor will provide a list of two or more reference including contact name, company name, address, phone, and email (if available) for similar work for other customers. Award will be made to the vendor whose proposal is most advantageous to the Government, cost and other evaluation factors considered. The Government reserves the right to award a contract on the basis of the initial proposals without any negotiations or call for final revisions (Best and Final offer). Vendors are urged to submit their best offer with the original submittal. Potential vendors are to further note that the award will not necessarily be made for capabilities that appear to exceed the Government's minimum requirements for successful performance of the contract. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. 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. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 1352.214-70, Pre-Bid. The Government is planning a Site Visit on Wednesday March 10, 2010 at 1:30 p.m. at Galveston, TX local time. To be considered for award, vendors are required to attend the Site Visit. To request to be included in this, please call Lt. Tracy Hamburger or George P. Schmahl at 409-621-5151 x102 or x104. Offerors are encouraged to submit all questions in writing at least 2 days prior to the Site Visit through email to Suzanne.Garrett@NOAA.GOV or fax 303-497-7719. Questions will be considered at any time prior to or during the Site Visit. However, offerors will be required to submit verbal questions asked at the Site Visit in writing to Suzanne.Garrett@NOAA.GOV within 24 hours after the Site Visit. Subsequent to the Site Visit, an amendment containing the questions and answers will be made publicly available. (5) 1352.215-73, Inquiries. Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.GOV or faxed at 303-497-7719 no later than 2 calendar days by 12:01 p.m. Mountain Standard Time before the close of the Request For Quote. All responses to the questions will be made in writing and included in an amendment to the solicitation. (5) 1352.215-73, Inquiries. Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.GOV or faxed at 303-497-7719 no later than 2 calendar days by 12:01 p.m. Mountain Standard Time before the close of the Request For Quote. All responses to the questions will be made in writing and included in an amendment to the solicitation. (6) 52.223-10, Waste Reduction Program. (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) CAR 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2007), is attached in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on March 15, 2010. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6011-10-07983SRG/listing.html)
 
Place of Performance
Address: Flower Garden Banks NMS, 4700 Avenue U, Building 216, Galveston, Texas, 77551, United States
Zip Code: 77551
 
Record
SN02083158-W 20100306/100304234934-f9932dde55ae881542ea7ea4e9412f4e (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.