Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

K -- OVERHAUL OF SUBMARINE ESCORT BOATS

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911R0028
 
Response Due
5/9/2011
 
Archive Date
5/24/2011
 
Point of Contact
LT JEFF RIGBY 757-443-1732
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-R-0028. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2001019. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336612 and the FSC code is K019 and this is a competitive action set aside for small business. The Fleet and Industrial Supply Center-Norfolk, VA requests responses from qualified sources capable of providing: CLIN 0001 Overhaul Of Escort Boats, SUBMARINE SUPPORT CENTER, 1EA Delivery [Period of performance is starting 01 July 2011 “ 04 November 2011. The work on the escort boats will be performed on each boat individually and one at a time. The overhaul period for each boat is to be approximately six (6) weeks in length, and according to the following schedule: Boat 2: 01 July 2011- 12 August 2011, Boat 3: 12 August 2011 “ 23 September 2011 and Boat 1: 23 September 2011 “ 04 November 2011. The proposed contract action will contain zero options. Delivery Location is Submarine Support Center at Norfolk Naval Station OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: FAR 52.204-7, Central Contractor Registry FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including, FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-16, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers W/Disabilities FAR 52.222-37, Employment Eligibility Verification FAR 52.225-13, Restriction of Foreign Purchases FAR 52.222-41, Service Contract Act FAR 52.222-42, Statement of Equivalent Rates FAR 52.215-5, Facsimile Proposals (757-443-1402) FAR 52.233-2, Service of Protest FAR 52.237-1, Site Visit FAR 52.247-34 FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.204-7004 Alt. A, Central Contractor Registry Alt A. DFARS 252.209-7001 Disclosure of Ownership DFARS 252.209-7004 Subcontracting w/Firms DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including FAR 52.203-3, Gratuities DFARS 252.225-7001, Buy American Act & Balance of Payments DFARS 252.225-7012, Preference for Certain Domestic Products DFARS 252.232-7010, Levies on Contract Payments DFARS 5252.243-9400, Authorized Changes by Contracting Officer DFARS 5252.NS-046P, Prospective Contractor Responsibility DFARS 5252.204-9400, Contractor Access to Federally controlled facilities and/or Unclassified system information or Unclassified IT Systems A site visit is mandatory at 0900 on Monday 02 May 2011. All contractors wishing to attend the site visit must contact LT Jeff Rigby by phone 757-443-1732 or by email jeff.rigby@navy.mil no later than 1100 Wednesday 27 August 2011. Any offer from a contractor who did not attend a site visit shall not be considered for award. The proposed contract is 100% set aside for small business concerns. This announcement will close at 1000 on 09 MAY 2011. Contact LT Jeff Rigby who can be reached by phone at 757-443-1732 or email jeff.rigby@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: [FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Evaluation of these services shall be as follows: Award shall be issued based on low price technically acceptable. Past performance shall be review for responsibility. FAR Part 13: This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Certain Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a simplified/streamlined acquisition process will be used in the evaluation and award of this contract. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** OVERHAUL OF ESCORT BOATS FOR SUBMARINE SUPPORT CENTER FISC NORFOLK TEL: 757-443-1732 REQUIREMENTS 1. ESCORT BOAT #1 PARTS LABORTOTAL COST 1.1 CLEAN AND PAINT UNDERWATER BOTTOM 1.2 REPLACE TRANSON PLATFORM 1.3 REPLACE 12FT SECTION OF BOW EXTRUSION 1.4 REPAIR/REPLACE FORWARD RAILS PORT AND STARBOARD SIDES 1.5 OVERHAUL/RECON TWO (2) QSB380 CUMMINS ENGINES 1.6 INSPECT WATER JETS AND PROVIDE CONDITION REPORT 1.7 PROVIDE 1000 HOUR SERVICE TO BOTH WATER JETS 2. ESCORT BOAT #2 2.1 STRAIGHTEN AFT RAIL 2.2 REPAIR TRANSOM PLATFORM STARBOARD CORNER 2.2 PROVIDE NEW SPONSON 2.3 MODIFY SEA WATER STRAINER 2.4 OVERHAUL/RECON TWO (2) 6BTA 315 CUMMINS ENGINES 2.5 PROVIDE FIRE EXTINGUISHER AND BRACKET ON FORWARD DECK 2.6 REPLACE SHOCKS ON HELM SEAT 2.7 REPLACE AMT/KING POST 2.8 REPLACE AC/DC CONVERTER 12V/55AMP 2.9 PROVIDE AND INSTALL RESTING BLOCK FOR STOWING LIGHT 2.10 INSPECT WATER JETS AND PROVIDE CONDITION REPORT 2.11 PROVIDE 1000 HOUR SERVICE TO WATER JETS 2.12 BLAST HULL SIDES AND BOTTOM FROM SPONSONS DOWN AND PAINT 3. ESCORT BOAT #3 3.1 REPAIR TRANSOM PLATFORM ON STARBOARD CORNER 3.2 PROVIDE NEW SPONSON 3.3 REPAIR HATCH FORWARD BULKHEAD SIDE 3.4 MODIFY SEA WATER STRAINER 3.5 OVERHAUL/RECON TWO (2) 6BTA 315 CUMMINS ENGINES 3.6 REPLACE FIRE EXTINGUISHER AND BRACKET ON FORWARD DECK 3.7 REPLACE AC/DC CONVERTER 212V/55AMP 3.8 HOSE TEST FORWARD HATCH ON HOUSE 3.9 INSPECT WATER JETS AND PROVIDE CONDITION REPORT 3.10 PROVIDE 1000 HOUR SERVICE TO WATER JETS 3.11 BLAST HULL SIDES AND BOTTOM FROM SPONSONS DOWN AND PAINT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911R0028/listing.html)
 
Record
SN02428614-W 20110421/110419235452-47b178607b99b8eae539d69e496cd44c (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.