Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
MODIFICATION

19 -- Drydock and Repairs to NOAA Ship HENRY B. BIGELOW

Notice Date
9/14/2010
 
Notice Type
Modification/Amendment
 
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-10-RP-0153
 
Archive Date
10/25/2010
 
Point of Contact
Carol M. Anton, Phone: 757-441-6573, Melissa R Sampson, Phone: 757-441-6561
 
E-Mail Address
Carol.M.Anton@noaa.gov, melissa.r.sampson@noaa.gov
(Carol.M.Anton@noaa.gov, melissa.r.sampson@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Oceanic and Atmospheric Administration (NOAA) has a requirement for Drydock and Repairs to the NOAA Ship HENRY B. BIGELOW. The HENRY B. BIGELOW is 208.6 feet long and its home port is in Woods Hole, MA. Provide all labor, material and equipment necessary to perform the following (including, but not limited to): BASE ITEMS: Temporary Services; Drydocking & Routine Drydock Work; Sea Valve Overhauls; Zinc Renewals & Additional Zinc Anode Installations; Cathodic Protection System Inspection; Underwater Body Coating; Centerboard Inspections, Repairs, and Modifications; Distribution Panel Enclosure Replacement; Bow Thruster Inspection; Vent Fan VFD Control Installation; Fuel Oil Overflow Pipe Sight Glass Installation; Ground Tackle Inspection & Preservation; Weather Deck HVAC Intake Vent Modifications; Rudder/Tail Shaft Removal & Inspection; Acoustic Doppler Current Profiler Transducer Rotation; SSDG Engine Overhauls (3508); SSDG Jacket Water/Aftercooler Expansion Tank Replacement; Deck Drain Installation; Potable Water Shut-Off Interlock Installation; Switchboard Cleaning & Meter Calibrations; ABS Special Survey; Radar Platform & Handrail Assembly Installations; Propulsion Shafts Thrust Bearing Inspection; Hull Mounted Temperature Transducer Repair; Dock Trials; and, Sea Trials. OPTION ITEMS: Waste Oil Tank Coating & Piping Modification; Trawl Winch Control Booth Installation; Wet Lab J-Boxes Replacement & Relocation; Egg Pump Inspection; Lifting Eye Installations; Pilothouse Exterior Catwalk & Handrail Installation; Evaporator/Distiller Immersion Heater Installation; Stack Plenum Door Installation; Cooling Water Piping Modifications; Telescoping Boom Crane Hydraulic Hose Replacement; Fuel Oil Transfer Pump Replacement; Anchor Handling Modifications; and, Anchor Windlass Motor Overhaul & Brake Replacement. GROWTH (estimated material and labor hours) will also be included in the solicitation. The solicitation will include a liquidated damages clause, as well as a requirement for bid, performance, and payment bonds. The performance period will be 59 calendar days, with a start date of December 1, 2010. The dates for the pre-bid ship inspection are as follows: September 1, 2010 at 9:00AM Newport Naval Station, Pier 2, 68 Peary Street Newport, RI 02841-1616 Vehicle and personnel access to NOAA Ship HENRY B. BIGELOW for pre-bid inspections is restricted via gated security. All contractors, vendors, and visitors are encouraged to make pre-arrival arrangements for access in advance by calling the Port Engineer, Ken Marston, at (508) 495-2347 or (508) 642-3986. This procurement is being issued on an unrestricted basis; large businesses will be required to submit a subcontracting plan. The applicable NAICS Code is 336611, which has a corresponding size standard of 1,000 employees. The acquisition will be issued as a Request for Proposals (RFP) in accordance with FAR Part 15; the RFP will be issued on August 19, 2010 with proposals due on September 29, 2010 at 12:30PM. The anticipated award date is October 25, 2010. The Government anticipates awarding a single firm fixed-price contract to the contractor whose proposal represents the lowest price technically acceptable offer in accordance with FAR 15.101-2. The non-price factors when combined are approximately equal to price. The RFP will be issued via electronic posting on the Federal Business Opportunity (FEDBIZOPPS) web page www.fedbizopps.gov. Hard copies of the RFP will not be issued. It is incumbent upon contractors to monitor FedBizOpps for the release of the RFP, specifications, drawings, and all subsequent amendments. The specification will be uploaded via www.fedbizopps.gov with the RFP. Prospective offerors who are interested in submitting a proposal for this acquisition are encouraged to register with the FedBizOpps Vendor Notification Service and to be on the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis is posted). Offerors must be registered with the Central Contractor Registration (CCR) at www.ccr.gov; offerors must also obtain a Data Universal Numbering System (DUNS) number and provide it with the offer. All responsible sources may submit an offer which shall be considered by the agency. For information concerning the acquisition, please forward inquiries via e-mail to Carol M. Anton, Contract Specialist at Carol.M.Anton@noaa.gov or via telephone at (757) 441-6573 or Melissa R. Sampson, Contracting Officer, at Melissa.R.Sampson@noaa.gov or via telephone at (757) 441-6561.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-10-RP-0153/listing.html)
 
Record
SN02280986-W 20100916/100914235738-d9d71a902fb217564772ae1ae0eddaf2 (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.