Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
MODIFICATION

56 -- Marine Mammal Facility

Notice Date
6/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-10-R-0038
 
Response Due
6/22/2010
 
Archive Date
7/22/2010
 
Point of Contact
Point of Contact - Patricia A Nash-Brown, Contract Specialist, 619-553-5726; Richard R Hammersmith, Contracting Officer, 619-553-4482
 
E-Mail Address
Contract Specialist
(patricia.nash-brown@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0003, Effective 2 June 2010 The purpose of this amendment is revise milestone completion for Milestone 4, Manufacturing of First Delivery of Sea Lion and Dolphin Enclosures (CLIN 0004). Milestone 4 should be completed within 8 weeks after Government acceptance of the securing of the sea lion dock and the dolphin dock at the Government site **************************************************************** Amendment 0002, Effective 26 May 2010 The purpose of this amendment is to extend the closing date to 22 June 2010. **************************************************************** Amendment 0001, Effective 21 May 2010 The purpose of this amendment is a follows: 1. Conceptual Drawings and Critical Requirements Rev1 has been added as an attachment. Revision 1 includes updated versions of Drawing numbers 088903 and 088962. All other versions remain the same. **************************************************************** 1. 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. 2. The solicitation number is N66001-10-R-0038. The solicitation is issued as a request for proposal (RFP). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. 4. This acquisition is a Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) is 238120, the size standard is $ 14 million. 5. Contract line item numbers are as follows. Item Description Quantity Unit 0001 Milestone 1, Final Facility Drawing Package 1 Lot 0002 Milestone 2, Manufacturing of Docks 1 Lot 0003 Milestone 3, Towing and Securing of Docks 1 Lot 0004 Milestone 4, Manufacturing of First Delivery 1 Lot 0005 Milestone 5, Towing/Securing of First Delivery 1 Lot 0006 Milestone 6, Design Update 1 Lot 0007 Milestone 7, Manufacturing of Second Delivery 1 Lot 0008 Milestone 8, Towing/Securing of Second Delivery 1 Lot 0009 Milestone 9, Final Inspection and Acceptance 1 Lot 6. Description of requirements for the items to be acquired. CONCEPTUAL DESIGN DRAWINGS FOR INFORMATION ONLY ARE INCLUDED AS ATTACHMENTS TO THIS SOLICITATION. HOWEVER, THE MINIMAL CRITICAL FUNCTIONS OF THE ITEMS TO BE ACQUIRED ARE INDICATED IN THE NOTES IN THE DRAWINGS AND ARE MARKED AS CRITICAL FUNCTIONAL REQUIREMENTS. 1.0 SCOPE This is an acquisition for the structures for the Naval Base Kitsap-Bangor, WA, marine mammal facility. Mammal facility will be comprised of one (1) floating sea lion dock, one (1) floating dolphin dock, three (3) floating sea lion enclosures, four (4) floating dolphin enclosures, nine (9) piling attachment brackets specified in Attachment 2, Milestone 1. The awardee will be informed after award of the docks' location of where the docks and enclosures will be installed. 2.0 BACKGROUND In November 2009 the US Navy signed a record of decision (ROD) to implement the marine mammal Swimmer Interdiction Security System (SISS) at Naval Base Kitsap-Bangor. The environmental impact statement (EIS) requires that all dolphin and sea lion enclosures must be environmentally closed to the outside environment. 3.0 APPLICABLE DOCUMENTS In the event of a conflict between the text of this Statement of Work (SOW) and the document(s) cited herein, the text of this SOW shall take precedence. Nothing in the document(s) or in this SOW, however, shall supersede applicable laws and regulations, unless an exemption has been obtained. The following document(s) will be used to provide the required systems. Any additional documents (i.e., second tier) listed in the Referenced Documents or Applicable Documents (ADs) section of an invoked document shall be used for guidance and information purposes only, unless it is specifically called out in a referenced section of the invoked document. ADs will be made available to the contractor within 5 days after the contract award date by Zip File or disc. Table 1: MAMMAL ENCLOSURE FACILITY CONCEPTUAL DRAWINGS FOR INFORMATION ONLY. HOWEVER, THE MINIMUM CRITICAL FUNCTIONS OF THE ITEMS TO TO BE ACQUIRED ARE INDICATED IN THE NOTES IN THE DRAWINGS AND ARE MARKED AS CRITICAL FUNCTIONAL REQUIREMENTS. SSC PAC DRAWING # REV DRAWING TITLE 0088914 - MAMMALS ENCLOSURE FACILITY, BANGOR 0088916 - FLOATING DOCK DOLPHIN ENCLOSURES 0088917 - FLOATING DOCK SEA LION ENCLOSURES 0088957 - SEA LION ENCLOSURE, BANGOR 0088939 - MOUNT, SEA LION ENCLOSURE 0088958 - RECEPTACLE, SEA LION ENCLOSURE 0088942 - ANGLE FRAME, SEA LION ENCLOSURE 0088940 - I-BEAM TRACK, SIDE, SEA LION ENCLOSURE 0088941 - I-BEAM TRACK, OUTER, SEA LION ENCLOSURE 0088910 - DOLPHIN ENCLOSURE ASSEMBLY, BANGOR 0088895 - FLOAT SECTION, DOCKSIDE 0088896 - FLOAT SECTION, OUTER WITH GATE 0088897 - FLOAT SECTION, PEN TO PEN 0088898 - CHANNEL, DOCKSIDE, 30FT 0088899 - CHANNEL, OUTER WITH GATE, 24FT 0088900 - CHANNEL, PEN TO PEN, 25FT 0088901 - ANGLE, OUTER SECTION WITH GATE 0088902 - ANGLE, PEN TO PEN 0088918 - STRINGER, T-SECTION 0088904 - TIEDOWN, STUD 0088905 - CHANNEL, END SECTION 0088906 - SQUARE SECTION 0088933 - ANGLE SECTION, DOCKSIDE 0088927 - GRATE BRACE 0088907 - DECKING, 3 DOOR 0088908 - DECKING, 2 DOOR 0088909 - DECKING, CORNER 0088903 - CORNER FRAME, PEN 0088962 - MOUNT, DOLPHIN ENCLOSURE 0088959 - RECEPTACLE, DOLPHIN ENCLOSURE 0088960 - I-BEAM TRACK, SIDE, DOLPHIN ENCLOSURE 0088961 - I-BEAM TRACK, OUTER, DOLPHIN ENCLOSURE 0088955 - LINK, 24 INCH, MAMMALS ENCLOSURE FACILITY 0088954 - LINK, 16 INCH, MAMMALS ENCLOSURE FACILITY 0088956 - LINK, 12 INCH, MAMMALS ENCLOSURE FACILITY 0088952 - WALKWAY, DOLPHIN PEN, MAMMALS ENCLOSURE FACILITY 0088953 - WALKWAY, 72 INCH, MAMMAL ENCLOSURE FACILITY 0088951 - WALKWAY, 36 INCH, MAMMAL ENCLOSURE FACILITY 0088926 - CLUMP, 3X3X3, 4000LBS, MAMMAL ENCLOSURE FACILITY 4.0 TECHNICAL REQUIREMENTS 4.1. In addition to the paragraphs below, see the notations in the drawings listed in Table 1 that are marked Critical Functional Requirements. 4.2. The contractor shall provide all materials, services, tooling and technical expertise necessary to manufacture the requirements for the Mammal facility. The various stages of this project are called out in detail in Attachment 2. Attachment 2 also specifies critical timelines/milestones. All facility components must be towed under a trestle and in between pilings which have a navigational opening of 30 feet wide, 14 feet 6 inches tall, and 5 feet deep (delivery will have to be coordinated around tidal changes). Contractor shall provide all materials unless otherwise specified. Delivery of various components shall be coordinated with the SSCPAC Government POC listed in 9.1. 4.3. The contractor shall develop a final facility drawing package. Note: the "for information only" drawings do have notations listing the Critical Functional Requirements that must be included. The final facility drawing package must be signed off by a Professional Engineer (PE) licensed in the State of Washington. The information in the final drawing package must include structural analysis on the existing Delta pier pilings, the required pier piling attachment brackets, and the mammal facility docking plans that defines the attachment method to the Government furnished concrete anchors in Para 10.2.1. The contractor shall include a detailed design that meets all minimum critical specifications for the complete frame structure over each Dolphin Enclosure defined in SSCPAC critical requirement drawing number 0088910, the Dolphin Floating Dock and Equipment Building defined in SSCPAC critical requirement drawing number 0088916, and the Sea Lion Floating Dock and Equipment Building defined in SSCPAC critical requirement drawing number 0088917. Minimum critical specifications are called out on each drawing. 4.4. The contractor shall review and evaluate all SSCPAC critical requirement drawings defined in Table 1. The contractor shall also obtain review and approval by a Professional Engineer (PE) licensed in the State of Washington. All required changes to the SSCPAC critical requirement drawings in Table 1 must be coordinated with the SSCPAC Government POC identified in section 7.1. 4.5. The contractor shall not begin manufacturing until a contract modification is executed to include the SSCPAC approved final facility drawing package in the contract. 4.6. The contractor shall review and evaluate design updates. The contractor shall also obtain review and approval by a Professional Engineer (PE) licensed in the State of Washington. The contractor shall not begin manufacturing design revisions until a contract modification is executed to include the SSCPAC approved design revisions in the contract. 4.7. The contractor shall manufacture, tow, and install (secure/attach) one (1) floating sea lion dock, one (1) floating dolphin dock, three (3) floating sea lion enclosures, four (4) floating dolphin enclosures, nine (9) piling attachment brackets as specified in Attachment 2, 4.8. The contractor must comply with all Washington State and local codes throughout the fabrication. All materials used must meet local, Washington State, and Federal environmental requirements. 5.0 PROGRAM MANAGEMENT REPORTS 5.1. Contractor shall provide a facility docking plan and a structural analysis report using CDRL A001 on the nine existing Delta pier pilings. The facility docking plan must identify the design and materials required to secure the Bangor Mammal Enclosure Facility to the existing Delta pilings and to the twelve (12) Government furnished concrete anchors (see Government furnished critical requirements drawing package for anchor specs and locations). The structural report CDRL A001, must describe all measures taken, if any are required, to ensure all nine existing pilings can safely withstand the loading conditions placed on them by the Bangor Mammal Enclosure Facility. The contractor shall provide a final facility drawing package using A002. Docking plan and structural analysis report CDRL A001 and final drawing package must be stamped by a PE licensed in the State of Washington. CDRLS A0001 and A0002 are attached as Exhibit A. 5.2. The Government will review and provide changes or approve the docking plan and structual analysis report. 6.0 PLACES OF PERFORMANCE AND PLACE OF DELIVERY 6.1. Places of Performance. This task will be performed at the contractor's facility. 6.2. Delivery location: Naval Base Kitsap-Bangor, WA 7.0 POINTS OF CONTACT 7.1. The Government Point of Contact for this task is: Reserved. 8.0 OTHER 8.1. Security. This task is UNCLASSIFIED. 8.2. Government Furnished Equipment. 8.2.1. Concrete Anchors Government will supply 12 concrete anchors that have been positioned in the locations defined in SSCPAC critical requirement drawing 0088914. Each anchor is manufactured out of concrete and weighs roughly 4,000 lbs in-air. Each concrete anchor measures 3ft x 3ft x 3ft. The locations on of the 12 concrete anchors may be repositioned at the request of the manufacturer. Government will be responsible for repositioning concrete anchors if necessary. List of Acronyms/Abbreviations ADs Applicable Documents ARO After Receipt of Order CDRL Contract Data Requirements List (DD Form 1423-1) DD Department of Defense (Form) EIS Environmental Impact Statement FAR Federal Acquisition Regulation FT Foot/Feet PE Professional Engineer POC Point of Contact REV Revision ROD Record of Decision SOW Statement of Work SSCPAC Space and Naval Warfare Systems Center Pacific USN United States Navy 7. Delivery: CRITICAL TIMELINES/MILESTONES OVERVIEW This document defines the timeline and delivery schedule for the Naval Base Kitsap-Bangor marine mammal facility. The complete facility must be constructed in pieces at contractor's site and then sea-towed and secured by the contractor. Mammal facility will be comprised of one (1) sea lion dock, one (1) dolphin dock, three (3) sea lion enclosures, and four (4) dolphin enclosures, nine (9) piling attachment brackets, and all attachment links and walkways. Base installation site will be supplied to the manufacturer upon contract award. All facility components must be towed under a trestle and in between pilings which has a navigational opening of 30 feet wide, 14 feet 6 inches tall, and 5 feet deep (delivery will have to be coordinated around tidal changes). Contractor shall supply all materials unless otherwise specified.. Government Inspection and Acceptance applies to the CLINs associated with the below milestones. Therefore, prior to the towing of all items to be delivered and there will be a pre-inspection of the items at the contractor's facility by the Government. 1. Final Facility Drawing Package (CLIN 0001). Completed within 4 weeks after contract award. Contractor shall: Work/collaborate with SSCPAC technical point of contact during this finalization phase. SSCPAC will be available to work on-site, at contractor's facility, as well as email and telephone. The purpose of this collaboration will be to clarify any details prior to finalizing the design. Finalize design of sea lion dock, dolphin dock, and dolphin shelter structure that meets all minimum critical requirements and submit to government for approval. Submit a final drawing package of the Bangor Mammal Enclosure Facility that has been approved by a Professional Engineer (PE) licensed in the State of Washington. Evaluate existing pilings and concrete anchors at site location and deliver (CDRL A002) a docking design and structural analysis report that has been approved by a Professional Engineer (PE) licensed in the State of Washington. Submit Final Drawing Package IAW CDRL A002 for incorporation into the contract by modification Upon approval by the Government, the final drawing package will be incorporated into the contract by modification. 2. Manufacturing of Docks (CLIN 0002). Completed within 8 weeks after modification of the contract to include the Final Facility Drawing Package submitted by the contractor. Contractor shall: Construct one (1) complete sea lion dock at the manufacturer's site Construct one (1) complete dolphin dock at the manufacturer's site Construct nine (9) piling attachment brackets Contact government 1 week prior to completion date for both docks for Government inspection Arrange sea-towing for both docks 3. Towing and Securing of Docks (CLIN 0003). Completed within 1 week after Government acceptance of one (1) fully constructed sea lion dock and one (1) fully constructed dolphin dock at manufacturers site, prior to towing to installation site Contractor shall: Tow dolphin dock to installation site and secure onto existing pilings. Tow sea lion dock to installation site and secure onto existing pilings and to dolphin dock. Repair any damages incurred during tow within two weeks Contact government 1 week prior to completion date for installation of both docks for Government inspection 4. Manufacturing of First Delivery of Sea Lion and Dolphin Enclosures (CLIN 0004). Completed within 16 weeks after Government acceptance of the securing of the sea lion dock and the dolphin dock at the Government site Contractor shall: Construct one (1) complete sea lion enclosure at the manufacturer's site Construct two (2) complete dolphin enclosures at the manufacturer's site Contact government 1 week prior to completion date of the enclosures for Government inspection Arrange sea-towing for the enclosures 5. Towing and Securing of First Delivery of Sea Lion and Dolphin Enclosures (CLIN 0005). Completed within 1 week after Government acceptance of one (1) sea lion enclosure and two (2) dolphin enclosures at manufacturers site Contractor shall: Tow dolphin enclosures to installation site and secure to existing dolphin dock. Tow sea lion enclosure to installation site and secure onto existing sea lion dock. Repair any damages incurred during tow within two weeks. NOTE: Allow 8 weeks from securing to docks for the Government to install underwater enclosures, plumbing, and electrical. After this period of time the Government will access functionality of the design and provide the manufacturer all suggested changes and/or issues with the current design. This process will ensure that the remaining two (2) dolphin enclosures and two (2) sea lion enclosure designs will benefit from the lessons learned during this Milestone. 6. Design Updates (CLIN 0006). Completed within 4 weeks after reciept from Government of complete list of changes/modifications for the remaining dolphin and sea lion enclosures Contractor shall: Evaluate the Design Updates and deliver (CDRL A002) a docking design and structural analysis report that has been approved by a Professional Engineer (PE) licensed in the State of Washington. Submit Design Updates IAW CDRL A002 for incorporation into the contract by modification 7. Manufacturing of Second Delivery of Sea Lion and Dolphin Enclosures (CLIN 0007). Completed within 12 weeks after modification of the contract to include the Design Updates submitted by the contractor. Contractor shall: Construct two (2) sea lion enclosures at the manufacturer's site Construct two (2) dolphin enclosures at the manufacturer's site Contact government 1 week prior to completion date of the remaining enclosures for Government inspection Arrange sea-towing for all remaining enclosures 8. Towing and Securing of Second Delivery of Sea Lion and Dolphin Enclosures (CLIN 0008). Completed within 1 week after Government acceptance of two (2) sea lion enclosures and two (2) dolphin enclosures at the manufacturer's site Contractor shall: Tow dolphin enclosures to installation site and secure to existing dolphin dock. Tow sea lion enclosures to installation site and secure onto existing sea lion dock. Repair any damages incurred during tow within two weeks. 9. Final Inspection and Acceptance CLIN 0009). Completed within 1 week after towing and securing of Second Delivery of Sea Lion and Dolphin Enclosures. Contractor shall: Repair any defects identified by the Government's inspection of all the docks and enclosures. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 9. The provision at 52.212-2, Evaluation -- Commercial Items, will not be used. The following clause will be used to evaluate proposals. M-307 EVALUATION CRITERIA AND BASIS FOR AWARD (BEST VALUE) (a) The contract resulting from this solicitation will be awarded to that responsible offeror whose offer conforming to the solicitation, is determined to provide the "best value" to the Government. Such offer may not necessarily be the proposal offering the lowest cost or receiving the highest technical rating. (b) Proposals will be rated and ranked on the evaluation factors listed below. It should be noted that cost is not a numerically weighted factor. Although technical factors are significantly more important than cost, cost is an important factor and should be considered when preparing responsive proposals. The importance of cost as an evaluation factor will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. When the offerors within the competitive range are considered essentially equal in terms of technical capability, or when cost is so significantly high as to diminish the value of the technical superiority to the government, cost may become the determining factor for award. In summary, cost/technical trade-offs will be made, and the extent to which one may be sacrificed for the other is governed only by the tests of rationality and consistency with the established evaluation factors. Factor 1 and Factor 2 are of equal importance and are more important individually than Factor 3. Factor 1: RELEVANT CORPORATE EXPERIENCE. Factor 2: PAST PERFORMANCE. Factor 3: ABILITY TO MEET CRITICAL REQUIREMENTS / SPECIFICATIONS. 10. Offerors shall include in their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. A copy of 52.212-3 is included as Attachment 2 to this solicitation. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is included in this solicitation.. 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are included as an attachment to this solicitation. 13. Additional Information: The full text of the Federal Acquisition Regulation (FAR) may be accessed at: http://farsite.hill.af.mil/. Offerors shall submit a price for each CLIN in paragraph 5 above based on the nine milestones described in paragraph 7 above. L-324 INSTRUCTIONS FOR PREPARATION OF TECHNICAL PROPOSALS (a) The technical proposal shall cover your understanding of the work and your method to attain contract objectives. The technical approach shall enable technical personnel to make a thorough evaluation and a determination as to whether the product proposed and described will satisfy the requirements of the government. The technical proposal shall be specific, detailed and complete and fully demonstrate that the prospective offeror has a thorough understanding of the government's requirements. Statements that the prospective offeror understands, can or will comply with all specifications, statements paraphrasing the specifications or parts thereof, and phrases such as "standard procedures will be employed" or "well known techniques will be used," etc., will be considered insufficient. (b) Specifically, the following information should be included in your technical proposal: Factor 1: RELEVANT CORPORATE EXPERIENCE: The offeror shall provide 3 descriptions of relevant projects worked on in the past 10 years that are of similar structural size and also included sea towing. Factor 2: PAST PERFORMANCE: The offeror shall provide 3 contact references for projects worked on in the past 10 years. Factor 3: ABILITY TO MEET CRITICAL REQUIREMENTS / SPECIFICATIONS: The offeror shall submit a project plan, similar to a business plan, detailing the process either planned or in place for the project that will confirm all critical requirements and specifications listed in the Statement of Work (SOW) will
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-10-R-0038/listing.html)
 
Record
SN02165732-W 20100604/100602234756-433e7ef887007f86e8adaf1e4daf26c3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.