Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

Z -- Vessel Overhaul and Scheduled Maintenance - MICROSOFT WORD VERSION

Notice Date
7/12/2011
 
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
NCND6021-11-03053SRG
 
Archive Date
7/22/2011
 
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
Total Small Business
 
Description
MICROSOFT WORD VERSION COMBINED SYNOPSIS/SOLICITATION Vessel Overhaul and Scheduled Maintenance (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 NCND6021-11-03053SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 811219. The business size standard is $19.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Vessel Overhaul and Scheduled Maintenance (VI) Description of requirements is as follows: See attached statement of work which applies to requirement. (VII) Period of performance shall be August 1, 2011 through February 20, 2112: (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 value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included two references including the phone number, full address and email and contractor's past performance will be based on responsiveness, quality, and customer services, 2) Ability to meet all requirements for Vessel Overhaul and Scheduled Maintenance in the scope of work, and 2) Price. 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 (Mar 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) 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 (APR 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one 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: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR 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) 52.217-8, Option to Extend Services (Nov 1999) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-4, Recovered Material Certification (May 2008) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) 52.223-10, Waste Reduction Program (Aug 2000) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-13, Certification of Toxic Chemical Release Reporting (Aug 2003) 52.223-14, Toxic Chemical Release Reporting (Aug 2003) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on July 21, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov. The fax number is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov no later than 4:30 p.m. MST, July 15, 2011. STATEMENT OF WORK Requisition # NCND6021-11-03053 Statement of Work - Dry Dock 2011/2012 Shearwater R-6201 6-7-11 PLEASE BREAK OUT PRICE FOR ALL ITEMS AND PROVIDE PRICING IN THE SAME ORDER AS THE STATEMENT OF WORK. A] GENERAL INFORMATION Summary The Channel Islands National Marine Sanctuary (CINMS) requires dockside work and a dry-docking period to conduct routine repairs and maintenance. Background The Shearwater is a 62' long, 72 Gross Ton catamaran research vessel that supports scientific and educational missions in Channel Islands, and Southern California Coast. The Shearwater has a beam of 24' and a draft of 6.0'. Benefits to the government and public from proposed work This work must be accomplished no later than February 20, 2012, in order to conduct research and education missions in the Channel Islands National Marine Sanctuary. Vessel Availability Prior to Bid The vessel will be made available June 24th in Santa Barbara Harbor for Inspection prior to bidding, should potential bidders require seeing the vessel in person to assemble an accurate bid. All potential bidders shall coordinate with Vessel Operations Coordinator no later than one week prior to arrange a visit. Bidding The contractor shall include labor and materials quotes for each of the base and option items. Period of Performance August 1st 2011 to February 20th, 2012. Schedule The vessel is an emergency response vessel and needs to be available in case of an emergency. The work requiring the vessel to be out of the water for this contract shall be completed in 30 calendar days from when work first commences. The contractor shall coordinate with the Vessel Operations Coordinator to determine when work first commences and the vessel is hauled out. The haul out is anticipated to occur on or about December 1st, 2011, however this may change to a later date within the period of performance. Work that can be conducted with the vessel alongside in a Mediterranean moorage, subject to harbor regulations, may commence at the vessel's berth in Santa Barbara Harbor on October 3rd, 2011, but is subject to the availability of the vessel and shall be coordinated with the Vessel Operations Coordinator. Work conducted with the vessel alongside shall not impede the operability of the vessel for more than 5 consecutive calendar days at a time, and must be completed within 15 total days. If alongside work does not take place in Santa Barbara Harbor, it shall be conducted alongside at a facility provided by the contractor either before or after the haul out, however not to exceed 15 calendar days beyond the 30 calendar days associated with out-of-the-water work. Work that may be conducted with the vessel alongside is denoted with an asterisk (*). Location The contract shall propose the location for repairs. The vessel is to be transported at sea by the government to and from the repair facility. The government shall asses the cost of $30/per Nautical Mile at sea from Santa Barbara Harbor, to and from the proposed repair facility in determining the lowest cost proposal. The government shall include the travel costs of a Santa Barbara-based inspector in accordance with the JFTR (Joint Federal Travel Regulations) during the entire duration of repairs NOT conducted in Santa Barbara to determine the lowest cost proposal. Acceptance of Work Upon completion of the work, the vessel shall be sea trialed by the CINMS vessel crew with a representative of the contractor aboard to ensure the work has been satisfactorily completed. Any corrections to work performed, if required, will commence immediately upon return to the shipyard, and be completed as expediently as possible. The need for corrective work after sea trials will not be grounds for extending the performance period beyond that stated above. B] BASE WORK ITEMS 1] Drydock, cleaning, inspection, undock: The vessel shall be lifted in a drydock; marine railway; or by travel lift rated for 75 tons or greater. The vessel shall be blocked without list or trim. The vessel shall not be lifted by a sling or crane which does not allow for even, vertical support of the entire vessel. There are strap marks indicated by orange triangles imprinted on the exterior vessel to mark lifting locations. See NOAA Research Vessel shearwater R-6201 Drawing 800-001 "Docking Plan" to plan for lifting requirements. 1.1 Submittals A] Signed by a qualified independent firm attesting that the drydock; travel-lift; or railway, and associated controls and machinery, are in good sound condition and have adequate capacity to safely drydock the vessel. The certification shall be based on a visual inspection of the facility within the 12-month period immediately preceding the scheduled drydocking, operating and maintenance records of the facility, and recent demonstration of the facility's capacity (e.g., record of the largest vessel drydocked during the preceding 6 months). B] Provide a letter certifying that the Dock Master in charge of the docking and undocking evolutions is professionally qualified, through training and experience, to conduct the evolutions in a safe and reliable manner. C] Prepare and submit a drydocking and undocking procedure which includes operating practices, special precautions that are required by the characteristics of the dock or vessel, depth of water, and tide and current conditions which will exist. D] Provide a fire control plan that outlines the Contractor's ability to handle any fire or emergency without the use of any NOAA vessel systems. This shall include fire watch procedures. All hot work shall be approved 24 hours in advance by the COTR or his designated representative. All spaced designated for hot work shall be certified to be safe for hot work by an independent marine chemist. 1.2 Preparations for Drydocking A] Arrange the blocks in the Contractor's Facility; drydock; or railway in accordance with the ship's docking plan. Blocks shall be positioned to haul the vessel in the position specified in the detail specification item. In the event the detail specification item does not specify a docking position, the COTR or his/her designated Representative shall specify the docking position. B] The minimum height of keel blocks shall be as specified on the ship's docking plan or the detail specifications. In event a conflict exists between the docking plan and the detail specifications, the detail specifications take precedence. If not specified on docking plan or in the detail specifications, the minimum height shall be 36 inches. All keel blocks shall have 2 inches minimum soft wood caps. C] Insure that all sea chests, discharges, transducers, domes, and other appurtenances are clear of all blocks. There shall be no obstructions between the floor surface of the drydocked location and the hull, hull openings, appendages, and fittings. Ample horizontal and vertical clearance shall be provided for removal and replacement of rudders, bow thrusters, fathometers, sea scanners, and sonar gear on the ship, whether or not such removals or replacement are known to be required. D] Docking arrangements will be agreed upon during a pre-docking conference. This conference shall be attended by, as a minimum, the COTR or his/her Designated Representative; the Contractor or his/her Designated Representative; the Dock Master; and a NOAA Marine Engineer. This conference shall be arranged sufficiently prior to the docking date to permit the incorporation of all details required in the docking. Docking arrangements will be agreed upon during a pre-docking conference. 1.3 Docking Information If requested, The COTR or his/her designated representative will provide the Contractor with the following information gathered from the Vessel Operations Coordinator: A] Place and date of last docking. B] Last docking position. C] Dates and file numbers of last two docking reports and interim docking reports (if any). D] Number of days underway since last docking. E] Paint history for last complete painting. F] History of touch-up painting. G] Tank sounding report. H] List of any relevant data for any alterations accomplished on the vessel which may affect the docking operations but are not shown on the docking drawing. I] Data for use in carrying out stability calculations from Ship's Damage Control Book and Booklet of General Plans. 1.4 Drydocking A] After obtaining the consent of the COTR, or his representative, carefully haul-out the vessel without strain or injury, in a drydock; a travel lift; or marine railway. If any tendency to strain or injure the ship is observed, immediately re-float the vessel and rearrange the blocks/slings or make other corrections required to relieve the condition. B] As the extremity of the vessel first to enter the dock reaches the dock sill, and the vessel is pointed fair for entering the drydock; marine rail; or vertical lift platform, the Contractor's Dock Master relieves the vessel's Operator in Charge of responsibility for the safety of the vessel. At this point, the Contractor's Dock Master also relieves NOAA of the operational control of the vessel. C] Contractor's Dock Master shall center the vessel on the keel blocks, using centering bobs, sighting battens and other appropriate equipment. The vessel shall be kept centered over the keel blocks during the pumping down or raising operations. D] Contractor's Dock Master shall direct the pumping out or lifting operations. It is mandatory to use divers during certain circumstances, such as when: • Docking drawing is in question; • Vessel is damaged; • Blocks are suspected of being damaged or moved during docking; • Contractor's adherence to the docking drawing is in question. E] Shores, when used, shall be placed in position only after the vessel has landed fore and aft, but prior to the vessel reaching its draft at instability. Should a shore buckle, the Contractor's Dock Master shall stop pumping or raising operations, set up the next shore, and replace the buckled shore. F] Contractor's Dock Master shall note the drafts on the vessel and observe that the vessel lands at the proper points with respect to the draft. Record the fore and aft draft mark readings of the vessel prior to drydocking and after undocking. G] The Contractor's Dock Master shall stop the drydock pumps or raising of the vertical lift platform, and, if necessary, re-flood the dock or lower the platform in case: • The ship takes an undue list when landing; • The ship lands before the water has dropped to the proper depth; • A shore buckles (buckled shores shall be replaced); • COTR or designated representative observes any unsafe operations or operations that may endanger the vessel. H] Installation of gangways and service lines shall be deferred until after the vessel has landed and side blocks are in position. If a gangway is needed promptly, it may be suspended by a crane during the pumping down or raising operations. Service lines shall be promptly installed after the vessel has landed and side blocks are in position. The Contractor shall provide the mooring lines, government owned mooring lines are not to be used. I] As soon as possible, after the vessel has landed and side blocks are in position, a grounding cable or grounding strap shall be attached between the vessel and dock to protect the ship from the effects of electric storms and welding. J] The COTR or his/her Representative and the Contractor's Dock Master shall remain on site until the dock is pumped out sufficiently to permit personal examination of all blocks. Any irregularities found shall be corrected and any necessary shoring shall be placed before the COTR or his/her Representative and the Contractor's Dock Master leave the dock or the vertical lift facility until the facility is raised sufficiently to permit personal examination of all blocks and correction of any irregularities found. In all such cases, the docking crew shall likewise remain at the facility to assist as needed. The dock basin shall be washed down to remove silt, mud, and debris immediately after the vessel is drydocked. 1.5 Action After Docking A] As soon as practical, but in all cases within 2 hours after drydocking the vessel, clean the entire underwater hull and boot-topping shall be cleaned of marine growth, dirt, and loose paint using stiff brushes, scrapers, and high pressure (minimum of 3000psi) fresh water. Included shall be sea strainer plates, sea chests, bow thrusters, rudders, propellers, shafts, struts, and other underwater hull appendages. B] Exercise extreme care to avoid scratching, gouging or otherwise damaging any transducers, dome windows, shaft coverings or other appendages. C] Clean transducers using non-metallic, non-abrasive brushes. Do not use scrapers on transducers. D] Within 24 hours after drydocking, remove all sea chest covers, strainer plates, rope guards, and fairwaters. After completion of all inspections and acceptance of inspection condition reports by the COTR, reinstall the items removed. E] Provide adequate staging, or other safe means acceptable to the COTR, to accomplish all contract work and to permit a thorough inspection (see below) of the underwater body. F] Clean all anodes with a non-ferrous wire brush to remove all corrosion products. 1.6 Drydocking Inspection A] Within 24 hours after drydocking, a joint inspection of the vessel's underwater hull shall be conducted by the Contractor, the COTR or his/her Designated Representative, and the Sanctuary Superintendent's Representative. Submit a Condition Report of the inspection's findings within 48 hours of inspection. The inspection shall include the following: B] Condition of the hull, particularly inspecting for evidence of structural damage and deterioration of plating, welds, and fasteners. C] Condition of anodes and paint system. D] The condition of propulsion shafts, propellers; sea chests; overboard discharge piping; foil; fins; transducers; and all other underwater hull appendages. Inspect for evidence of leaks, damage, and deterioration. E] Remove the void plugs in underwater hull rub rails, rudders, struts, fairing plates, bilge keels, and other inaccessible underwater voids. As the plugs are removed, inspect for drainage of water from the voids. If water is present, advise the COTR prior to proceeding. 1.7 Underbody Propulsion & Rudder Inspection A] Conduct a drydocking inspection of the propulsion shafts that includes the following: • Both propulsion shafts run-out using a calibrated dial indicator; • Both Propulsion shaft clearance measurements in the cutlass bearings in the strut and intermediate/hull bearings. These measurements are to be taken at the 90, 180, 270, and 360 degree positions using extended length feeler-gauges; • Rudders are to be inspected for excessive bearing wear and alignment. Bearing wear can be determined either by pull test measurements or by extended feeler-gauges. Rudder alignment is measured from port to starboard rudder leading edges and port and starboard trailing edges. B] All these measurements are to be presented in writing to the COTR or his/her representative to be analyzed by the Office of National Marine Sanctuaries (ONMS) Marine Engineer. 1.8 Transducers Clean, protect, and paint all transducers as follows: A] Clean the exposed surfaces of each transducer while the surfaces are still damp. Clean transducers with non-metallic brushes. Do not use scrapers. B] Degrease the faces of rubber-faced transducers with mineral spirits and rinse with fresh water. Do not use detergents on the rubber faces. Swab metallic-faced transducers with a solution of one part nitric acid to five parts fresh water, and follow with rich soapy water wash and fresh water rinse. Polish metallic-faced transducers with crocus cloth. C] Coat all metallic-faced transducers with one coat of anti-fouling same as prescribed for the remainder of the underwater hull. This is to be accomplished by removing the plywood protective covers immediately prior to applying the last coat of paint to the underwater hull. All painting shall be in accordance with the paint manufacturer's printed recommendations and instructions. D] NOAA reserves the right to inspect and adjust transducers. E] Except when work is being performed on the transducer, cover the transducer faces with a plywood protective cover. Do not apply props or forced pressure on the face of the transducers. 1.9 Temporary Services Contractor is to provide all labor, tools, and materials to provide electrical power and to ensure the overall security of the vessel. A] The contractor shall provide all labor and materials to provide clean electrical power, 240VAC, Single Phase, 50 amp service. B] The contractor shall provide security protection to prevent theft, vandalism, fires, flooding, collisions, and to ensure the vessel is properly stored and/or safely moored. C] The contractor is to ensure that all welding leads, air hoses, debris/trash is removed from the vessel at the end of the work day. 1.10 Undocking A] Prior to the commencement of undocking all debris, trash, and loose material shall be removed from the vessel. B] After all work requiring drydocking has been completed, carefully undock the vessel. Flood the drydock or lower the railway or travel lift until all the underwater openings are covered with water, but without lifting the vessel off the blocks or lifting straps. Provide adequate personnel and check for leaks. If leaks are found, re-dock the vessel and repair the leaks. If no leaks are found or after repair of all leaks, continue with undocking the vessel after the COTR or her Designated Representative has given authorization to proceed. C] Unless authorized by the Contracting Officer, the vessel shall not be undocked until all work which requires drydocking has been completed. This includes all work incorporated into the initial contract award and any options or modifications activated throughout the performance period. D] This also includes all additional work authorized or being negotiated. In the event the Contractor desires to undock the vessel and subsequently re-dock the vessel for completion of work; the contractor shall submit to the Contracting Officer a letter which clearly outlines the reasons for such a request. E] If the Contracting Officer decides to grant the request, the extent of Government's liability for costs related to the undocking and re-docking shall be limited to the additional lay-day costs for which the Government would be liable if the vessel were not undocked and re-drydocked. 1.11 Tests/Inspections/Reports Inspections and condition reports shall be submitted to the COTR. 2] Touch up bottom paint After the vessel has been clean and all hull repairs are complete, the contractor shall touch up the Intersleek 700 bottom paint as needed, including the rudders, waterline, foil and areas where plate repairs were conducted. Manufacturer's procedures will be used in all cases. Color to match existing coatings. Contractor is to have a certified paint inspector or and OEM representative oversee the application process, and notify the COTR between applications for inspection. The contractor will ensure that all the environmental conditions are within the manufacture's specified parameters during all work. Inspection and condition reports shall be submitted to the COTR prior to painting and after painting. 3] Propspeed or Equivalent Application The contractor shall renew the Propspeed coating on the propellers, shafts, and other items of running gear that are coated with this material. Follow manufacturer's instructions for preparation and application. 4] Replace PORT and STBD stripe The contractor shall remove and replace the existing hull side stripe positioned between the upper and lower guards. The area will be cleaned with a fine Scotch-bright pad (or equivalent) to remove excessive oxidation before replacement. If corrosion exceeding 10% of the plate thickness is discovered, provide a condition-found report including a proposal and cost to rectify the corrosion. 5] Renew stern lettering The contract shall remove the existing "Shearwater" lettering decal from the transom, and replace it with either a new decal or marine grade paint, whichever provides the longest projected service life. Clean the hull surface in way of the lettering prior to application. 6] Pressure test foil, hull guards, and strakes The contractor will pressure test to 3 PSI the main foil, all hull side guards, and all hull bottom strakes to ensure watertight integrity. Provide a condition-found report after testing, and include recommendations for any required repairs. 7] Hull weld crack repair The contactor shall repair structural cracks identified at the time of the pre-bid inspection. Welders will be certified by USCG or ABS. Contractor will provide sketches or annotated photographs of all repairs made. 8] Port engine room hull plate repairs The contractor shall identify all areas of shell plate pitting in the port engine room. Known areas of pitting include underneath the dive compressor, and near the main engine cooling water sea chest. Repairs will be made by clad-welding all pits found to be from 10% to < 25% thickness of the hull plating. The contract shall indentify any other areas in the port engine room with pits in excess of 25% thickness, and these will be repaired by cropping out and replacing the plate in accordance with USCG standards. Welders will be certified by USCG or ABS. Contractor will provide sketches or annotated photographs of all repairs made. Upon completion of work, test all repairs with exterior high-pressure air and interior soapy water to ensure watertight integrity. 9] Port lazarrette hull plate repairs The contractor shall identify all areas of shell plate pitting in the port engine room. Known areas of pitting include the port lazarette chine seam on the outboard side. Repairs will be made by clad-welding all pits found to be from 10% to < 25% thickness of the hull plating. The contract shall indentify any other areas in the port lazarette with pits in excess of 25% thickness, and these will be repaired by cropping out and replacing the plate in accordance with USCG standards. Welders will be certified by USCG or ABS. Contractor will provide sketches or annotated photographs of all repairs made. Upon completion of work, test all repairs with exterior high-pressure air and interior soapy water to ensure watertight integrity. 10] Design and install rudder stops* The contractor shall design and install rudder stops for the port and starboard rudders. The rudder stops shall be designed to stop the tiller arms when hard-over rudder is applied in either direction. The stops will act against the tillers only, not against the tie rods or other linkages. The stops shall be constructed of suitable marine grade materials, and shall be cushioned to prevent damage of the tiller arms. Stops may be welded or bolted into place. All fasteners will be stainless steel, and all nuts will be nylocs. 11] Hatch seal replacement* The contractor shall replace the hatch seals in all Freeman hatches aboard, including four (4) square knife edge seals and three (3) oval compression seals. After replacement of seals, adjust the hatch dogs to ensure hatches are watertight. Upon completion of work, hose test the hatches to demonstrate watertight integrity. 12] Windshield repairs* The contractor shall remove all degraded sealant and apply new sealant around the external perimeter of all forward windshield frames except the far port unit. The contractor shall replace the far port windshield in kind, matching frame design, glazing tint (if any), and installation method. The contractor shall ensure that the interior wood trim of all windshields, if disturbed by this work, is returned to original condition. Upon completion, hose test all windshields to ensure there are no leaks. 13] Detroit Series 60 main engine service* The contractor will have all preventative maintenance and service recommended by DDA for an engine of 9000 hours and nine (9) years of service performed on the port engine. The contractor will have all preventative maintenance and service recommended by DDA for an engine of 8000 hours and nine (9) years of service performed on the port engine. Provide a written report describing all work performed. Upon re-launching of the vessel conduct dock trials and sea trials to demonstrate proper operation of the engines and related systems. 14] Engine CAC housing supports* The contractor shall replace broken Charge Air Cooler (CAC) housing support brackets on the port and starboard engines. Either stock Detroit Diesel parts or after-market parts may be utilized for this repair. The new brackets will be primed and painted to match the engines. Provide one (1) spare bracket for future use. Provide a written report defining what parts were used. 15] Main engine cooling water piping The contractor shall inspect the cooling water intake circuits on the P&S main engines. The contractor shall determine whether or not the plumbing from the intake thru-hull to the main engine water pump is free of leaks. Provide a written report describing conditions-found, and describing repairs procedures and costs. 16] Port engine room fuel line repairs* The contractor shall repair all leaks in the port engine room fuel lines. Known leaks include the fittings just outboard of the dive compressor. Upon completion, test the system by running the engines and checking for leaks. 17] Rebuild spare Detroit Series 60 water pump* The contractor shall have the vessel's spare Detroit series 60 water pump rebuilt to as-new condition. Provide a written report describing all work performed. 18] Northern Lights 8KW generator service * The contractor will have all preventative maintenance and service recommended by Northern Lights for a generator of 1000 hours performed on the 8KW generator. Provide a written report describing all work performed. Upon re-launching of the vessel conduct dock trials and sea trials to demonstrate proper operation of the generator and related systems. 19] Kohler 20kw generator service * The contractor will have all preventative maintenance and service recommended by Kohler for a generator of 1000 hours performed on the 20KW generator. Provide a written report describing all work performed. Upon re-launching of the vessel conduct dock trials and sea trials to demonstrate proper operation of the generator and related systems. 20] Clean power system replacement* The contractor shall remove and dispose the existing Eaton Ferrups clean power system and it's batteries in accordance with state, federal and local environmental laws. The contractor shall install a new inverter systems capable of powering all existing "clean power" 15amp outlets on the vessel with clean, 3 phase 110VAC Power. The inverter system shall draw power from existing 24vdc house system, as well as from the main ac distribution system. The inverter system shall be marine grade, designed for use aboard vessels. Upon completion of work, test all functions of the new inverter system, and all outlets fed by it, for proper operation. 21] Remote battery switch installation* The contractor shall install remote battery switches for the house and engine battery banks. The switches shall maintain the current ability to cross over, tie together or isolated the house and engine battery banks. The new remote switches will be located on the aft bulkhead of the dry lab. Upon completion of work, test all switches, and all circuits fed by them, for proper operation. 22] Steering station lock-out control* The contractor shall install switches/pushbuttons to control the electronic steering input devices at all stations aboard to preclude inadvertent steering input from non-active stations. When articulated at any helm station, the switch/pushbutton shall activate that control station's input device, and lock-out (disable) all others. Activation of steering input devices at another helm stations will require activation of that stations lock-out control. Switches/pushbuttons shall be compatible with the current steering system, constructed of marine grade materials, and designed for weather deck installation, including exposure to the rain, sea spray, and UV rays. Upon completion, test all stations to ensure proper function. 23] Inmarsat C antenna relocation* The contractor shall relocate the existing Inmarsat C antenna, currently on the flying bridge, to a permanent position on the ships mast. The contract shall ensure the antenna is connected to the existing receiver installed in the STBD tank room. Upon completion, test the system to ensure proper operation. 24] Replace existing searchlight* The contractor shall remove the existing searchlight and seal the existing mount water tight. The contractor shall install a new search light on the mast of the vessel with remote controls located in the pilothouse and on the flying bridge within convenient reach of the operator. The new light will provide equivalent candlepower and range of articulation as the replaced unit. Contractor will propose brand and model of new searchlight for COTR approval prior to purchase. 25] Troubleshoot and repair Simrad sounder* The contractor shall trouble shoot, repair, and ensure proper function of the Airmar P19 transducer and the Simrad IS15 display. Provide a written report describing all work performed. 26] 220VAC 50A outlet installation The contractor shall install a marine grade 220VAC 50A outlet to power scientific equipment inside the dry lab, adjacent to the existing 220VAC 15A outlet. The new outlet shall have a dedicated breaker in the 220VAC distribution panel, and shall be installed in accordance with ABYC and USCG standards. The outlet shall be installed with the vessel alongside in Santa Barbara Harbor, no later than September 1st 2011. 27] Hydraulic crane valve replacement* The contractor shall replace the hydraulic crane control valve bank with a unit of equal pressure and flow ratings. The contractor shall ensure that the replaced valves actuate in the correct direction, and all fittings from the deck to the valves, and from the valves to the equipment, are leak free. The contractor shall coat the valve with paint or a durable anti-corrosion coating to prevent rusting. Upon completion of work, test all crane functions to ensure there are no leaks. 28] Hydraulic A-frame valve replacement* The contractor shall replace the hydraulic A-frame control valve bank with a unit of equal pressure and flow ratings. The contractor shall ensure that the replaced valves actuate in the correct direction, and all fittings from the deck to the valves, and from the valves to the equipment, are leak free. The contractor shall coat the valve with paint or a durable anti-corrosion coating to prevent rusting. Upon completion of work, test all crane functions to ensure there are no leaks. 29] Replace Crane Block* The contractor shall replace the crane wire hoisting block. The new block will be of the same size, and have the same working load rating, as the existing unit. The contractor shall coat the block with paint or a durable anti-corrosion coating to prevent rusting. Upon completion of work, test all crane functions to ensure the crane operates properly. 30] Clean potable water tank * The contractor shall open and inspect the potable water tank. Provide the COTR with a written report of condition. Clean and sanitize the tank after inspection. Ensure debris and contaminants do not enter any piping during the work. Test all piping connections disturbed during the work and ensure watertight integrity. 31] Inspect and repair leaks in potable water system* The contactor shall inspect the potable water system for leaks. Repair all leaks found, and provide a written report of work done. Test all piping connections disturbed during the work and ensure watertight integrity. 32] Clean and repair black water tank* The contractor shall open and inspect the black water tank. Provide the COTR with a written report of condition. Clean the tank after inspection, removing all scale and build-up. Ensure debris and contaminants do not enter any piping during the work. The contractor will test and repair or replace the black water tank level sensor. The contractor will repair be plastic welding the hairline crack in the tank top. Test all piping connections disturbed during the work and ensure watertight integrity. 33] Inspect and repair leaks in P&S saltwater systems* The contactor shall inspect the port and starboard saltwater service systems for leaks. Repair all leaks found, and provide a written report of work done. Test all piping connections disturbed during the work and ensure watertight integrity. 34] Vessel bilge cleaning* The contractor shall have the following spaces cleaned after all other work on the vessel is completed; • P&S forepeaks • P&S berthing area bilges • P&S tank rooms • P&S engine rooms • P&S lazarettes Cleaning will be done by hand with soap and water in areas containing sensitive equipment. In areas that so not contain equipment susceptible spray intrusion, steam cleaning or pressure washing equipment may be used. All salt, dust, dirt, debris, and oils will be removed, and all compartments will be vacuumed and dried. After cleaning is completed, the contractor shall apply Boeshield T-9 protective coating to the bilges in all spaces. The coating will be applied from the keel up to level line 12" above the lowest point of the keel in each space. Follow manufacturer's instructions during the application. 35] Clean cushions* The contractor shall have all berth and seat cushions removed from the vessel and stored in a clean and dry area. All cushion covers will dry-cleaned or machine washed in accordance with the fabric manufacturer's recommendations. Re-cover and reinstall all cushions. 36] Annual 8-man Zodiac Life Raft Service * The contractor shall remove the three starboard life rafts have them undergo an annual re-inspection in accordance with USCG and IMO. The inspection shall take place at a factory authorized to inspect Zodiac life rafts. The contractor shall provide an official certificate of re-inspection from the factory authorized facility. The contractor shall re-install the life rafts after the inspection in satisfactorily completed. 37] Condition Found Reports and Submittals The contractor shall submit condition-found reports to the COTR on any problems and potential problems discovered during the work. Condition-found reports shall consist of a description of the item found, a proposed repair action, and quote for cost of the repair, and the time frame in which the new work will be completed. The contractor shall not initiate any repair based on condition-found reports without the written approval of the contracting officer. C] OPTIONAL WORK ITEMS C1] Inspect propellers The contractor shall have the hairline crack that exists at the tip of the starboard propeller repaired. The contractor shall then have both propellers trued and balanced in accordance with ISO 484/2 Class 1 standards. Reinstall the propellers after all work is complete. After re-launching the vessel, conduct sea trials and record engine RPM, engine % load, and boat speed at 200RPM increments from 1000 RPM to WOT. C2] Provide 01 deck storage containers* The contract shall design and install three (3) storage containers capable of storing the 32 type-1 PFDs and 15 immersion suits currently stowed onboard the vessel. The containers shall be located aft of the vessel's flying bridge and to starboard as directed by the COTR. They shall be capable of withstanding harsh weather conditions, including rain, sea spray, and UV exposure. The containers shall be securely fastened to the deck so they will not break loose in heavy seas. The container lids will be hinged, and secured with a locking hasp that can accept the attachment of a padlock. The containers will be sized to function effectively as seating. C3] Aft deck anti-chafe fairing* The contract shall install a radiused aluminum anti-chafe fairing across the transom opening inboard of the A-frame legs. The fairing will of aluminum, provide a 1" radius, and be continuously welded to the deck and transom. C4] CCTV camera system replacement The contractor shall remove the existing CCTV system. Provide and install new equipment as follows: (1 each) 15" color, marine grade flat panel monitor in pilothouse (1 each) Multiplexer, allowing; Single and 4-view display capability Fixed and auto-switching capability One additional video input port (4 each) IP66-rated, visual/infrared spectrum, marine grade cameras, located in; P&S engine rooms Aft deck facing aft Flying bridge Upon completion of work, test all equipment to ensure proper operation. C5] Install hydrophone pole brackets The contractor shall fabricate and install generic brackets for the temporary attachment of a future hydrophone pole. See attached drawing ONMS-6201-01. The lower bracket will mount on a doubler on the exterior of the vessel's hull just above the lower hull guard. The upper bracket will mount directly above the lower, and will mount on a doubler at the hull side and on the caprail. The COTR will define exact location for doublers and brackets. All welding of the brackets, the brackets to the doublers, and the doublers to the hull will be continuous. Welders will be certified by USCG or ABS. C6] Compressor whip installation The contractor shall install an additional dive tank filling whip from the dive compressor that can service the SCUBA tanks stored on the starboard side of the main cabin. Hard piping shall be 316 stainless steel, supported every 24", and of the same diameter and pressure rating as the existing piping. New piping can be exposed to the aft deck, but not located where it is prone to incidental contact or damage. The new hose whip will be identical in all respects to the existing whip, and stow in a similar manner. INFORMATION FOR VENDOR: There are no benefits and the contractor is responsible for payroll taxes and insurance including medical. The contractor shall not be deemed a Federal employee for any purposes including the Federal Tort Claims Act and Federal Employee Compensation Act purposes. Payments shall be made via electronic funds transfer (EFT). Required information for EFT includes complete name, address, social security or Tax ID number and financial institution information. The required Vendor Profile Form may be obtained from http://www.rdc.noaa.gov/~casc/acquisitions/acq_index.html. Vendor must provide a DUNS number (http://www.dnb.com/us/) and register with the Central Contractors Registration (http://www.ccr.gov/) to further qualify for this contract. Payment : Invoices will be submitted to COTR SO/CAO/WR ATTN: Tom Martin TITLE: Mechanical Engineer/Project Manager 7600 Sand Point Way, NE Seattle, WA 98115-6349 Phone: 206-526-6382 Fax: 206-527-1019 Email: tom.r.martin@noaa.gov IT Security Requirements The C&A requirements of clause 73 do not apply, and that a Security Accreditation Package is not required. The contractor will not have access to any government owned equipment or be furnished government privileged information. Knowledge Transfer The contractor shall provide, as necessary, periodic training whenever the contractor introduces new processes, new technology or when the contractor changes existing processes or technology. All processes and technology changes must be thoroughly documented. It is the responsibility of the contractor to mentor government identified personnel regarding the new or changed process or technologies. When there is a transition within the contractor's staffing, the contractor shall be responsible for ensuring the incoming personnel is fully versed on any outstanding project deadlines, roles and responsibilities before the new person arrives on the job. In the case of when the services of the contractor is no longer required, the contractor shall begin the knowledge transfer to government personnel or its designated representative at least three weeks before the final contract termination date. Restrictions Against Disclosure The contractor agrees, in the performance of this contract, to keep the information furnished by the Government and designated by the Contracting Officer or Contracting Officer's Technical Representative in the strictest confidence. The contractor also agree not to publish or otherwise divulge such information in whole or part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The contractor agrees to immediately notify the Contracting Officer in writing in the event that the contractor determines or has reason to suspect a breach of this requirement. The contractor agrees that it will not disclose any information described in performance of this activity to any persons or individual unless prior written approval is obtained from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6021-11-03053SRG/listing.html)
 
Place of Performance
Address: CHANNEL ISLANDS NATION MARINE SANCTUARY, 113 HARBOR, SANTA BARBARA, California, 93109, United States
Zip Code: 93109
 
Record
SN02495507-W 20110714/110712234347-a5bafae4ffa0f581fc1df3671be32103 (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.