Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

J -- The NPS M/V FORT JEFFERSON

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - Everglades National Park 40001 State Road 9336 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
Q5292112040
 
Response Due
2/28/2011
 
Archive Date
1/25/2012
 
Point of Contact
William W. Leady Contract Specialist 3052427792 William_W_Leady@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # Q5292112040. The U.S. Department of the Interior, National Park Service,Dry Tortugas National Park, Key West, Florida, has a requirement to peform cyclic maintenance on the Fort Jefferson Boat. Completion will be executed 4-15 April, 2011 or within 14 days if the government is unable to deliver the boat on the given date. Crew and transportation expenses beyond 210 Nautical Miles from Key West will be the responsibility of the contractor. The North American Industry Classification System (NAICS) code is 336612 and the size standard is 500 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items,FAR 13.5, and FAR Part 37, Services Contracting. STATEMENT OF WORKContractor shall furnish all materials,transportation and crew expenses beyond 210 Nautical Miles for the following:The NPS M/V FORT JEFFERSON is a 110-ft aluminum crew/supply vessel owned and operated by National Park Service, Everglades National Park, 40001 State Road 9336, Homestead, FL 33034. The Fort Jefferson is berthed at the U. S. Coast Guard Base, Key West, Florida. To arrange for pre-bid inspection, call the Captain of the vessel, Clay Douglass, at 305-215-4767 to arrange for an appointment. Dry-dock, repair, and repaint the Ft. Jefferson, all in accordance with the following Specifications, Terms, and Conditions. Quotations are requested for the furnishing and delivery of supplies and services as described below. SCOPE of Work: All painting shall be accomplished in accordance with the attached Specifications for Surface Preparations, Protective Coating and Maintenance of Aluminum Marine Equipment. All work shall be accomplished by the vendor's own work force in an approved boatyard. Vendor shall provide 24-hour security, 460V or 240V, 200 amp, three-phase A/C shore power, and water for the duration of yard period. Vendor shall provide any tug, gangway, and fire hoses needed to tender, provide access to and secure the vessel.. The boat will be delivered by the Government to the Contractor's worksite on or about April 4th, 2011 and Contractor must complete all work and undock boat by April 15th,2011. In the event the government does not deliver the boat on the given date, the work must be completed, and the vessel undocked by a date not to exceed two weeks (14 days) after the government delivers the vessel. Contractor shall permit inspection of work in progress at any time during normal working hours by the Contracting Officer or his/her representative. It is anticipated that the government representative will remain on site during the performance of the work. WORK TO BE ACCOMPLISHED: 1. DRY DOCKING Furnish labor and materials to: A. Dock and undock the 110' aluminum crew boat, Ft. Jefferson. B. Set blocks and haul vessel for a sufficient length of time to accomplish all repairs. C. Block vessel high enough to remove rudder and shafts. Install suitable ground wire from ship to dock. Dock and undock vessel in compliance with docking plan. 2. BOTTOM CLEANING, SANDING AND PAINTING A. CLEANING: Provide labor and materials to clean hull of marine growth from keel to deep load line. Clean the 6" boot stripe and adjacent splash areas of any discoloration or residue that would prohibit proper paint adhesion. B.SANDING: Provide labor and materials to sandblast or sand all corroded, blistered, peeling, or bare areas from the keel to the rub rail. C.PRIMER PAINTING: Provide labor and materials to apply a coat of International HS Universal Epoxy Part A, Black, FPY999/Part B, FPA327, or approved equal to all bare surfaces. Apply to a dry film thickness of 5 mils. Allow a minimum of drying time of 2-3 hours between coats, no maximum. D. FINISH PAINT 1. HULL BOTTOM: Provide labor and materials to apply two coats of anti-fouling International Micron Red, or approved equal to a dry film thickness of 3 mils, to the hull between the keel and the deep load waterline. 2. 6" WATERLINE: Provide labor and materials to hand sand and apply one coat of Awlgrip to match existing coloring to 6" boot stripe above waterline. 3. INSTALL RUB RAIL Remove a 20' section of rub rail and replace with new. Damaged section to be removed and placed on the cargo deck. New section to match existing and to be installed with care to maintain separation of dissimilar metals.4. SERVICE PROPS A.Remove port, starboard and center propellers B.Clean and balance the three propellers. Reinstall propellers. C.Feeler gage cutlass bearing. Report findings to Captain D.Dial indicate shafts. Report to Captain E. Inspect/ service as needed PYI seals 5.REPAIR OR REPLACE ENGINE DRIVEN FIRE PUMPProvide labor and materials to repair or replace, if necessary engine driven fire pump so that it is in proper and reliable working order. 6. INSPECT RUDDER Drop port and starboard rudder for inspection. Report to Captain. Reinstall rudders after inspection. 7. PAINT DECK Paint top and main decks. Job includes preparation of surface per paint manufacturer's specifications, priming, non-skid, and top coat. 1st coat Interuf Epoxy Primer KH03/KHA062 RED, 2ND coat Interuf Epoxy Primer KH03/KHA062 Gray, 3rd coat Interthane 990 Finish (Interthane 990 PHD104/A MINK). 8. SERVICE THRU-HULL VALVES Service all thru hull valves: 3 main engine, 2 generators, 1 a/c, 1 water maker, and 1 bilge. 9. REPLACE ENGINE ROOM VENTILATION FANSReplace ventilation (2) fans in the main engine room with same/equal fans. 10. REPLACE DAMAGED CARGO DECK WOOD. Repair and replace one (1) termite damaged cargo deck plank (approx 2-inx12-inx16-ft.) 11. CRANE RENOVATION/or REPLACEMENTDisassemble, clean, inspect and replace any components in questionable condition. Sandblast, paint, re-assemble. Install new cable, breaking in cable per manufacturer's specification and certification inspection. Paint crane; paint must be high quality and highly resistant to oxidation. 12. PAINT SUPERSTRUCTUREA. Prep and paint all green areas of the superstructureB. Touch up green areas of topsides (1st coat Interuf Epoxy Primer KH03/KHA062 Red, 2ND coat Interuf Epoxy Primer KH03/KHA062 Gray, 3rd coat Interthane 990 PHQ879/A Yew Green). Please email all questions to William_w_leady@nps.gov no later than 22 February 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via regular mail or email no later than 28 Feburary 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034 The address to submit proposals electronically is: William_W_Leady@nps.gov. The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight beyond 210 Nautical Miles from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q5292112040/listing.html)
 
Place of Performance
Address: The Fort Jefferson is berthed at the U. S. Coast Guard Base, Key West, Florida. Transportation and crew expenses beyond 210 NM from Key West will be at the expense of the contractor.
Zip Code: 33034
 
Record
SN02366119-W 20110127/110125234459-be9d6fbfdbc9f0cd116c9808237a132e (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.