Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
MODIFICATION

19 -- Drydock and Repairs for NOAA Ship THOMAS JEFFERSON - Solicitation 1

Notice Date
9/29/2011
 
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
EA133M11RP0136
 
Archive Date
11/12/2011
 
Point of Contact
Victoria Worrell, Phone: 757-441-3442, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
Victoria.Worrell@noaa.gov, christine.jeffries@noaa.gov
(Victoria.Worrell@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SF1416 Payment Bond Subcontracting Plan Outline Offer Label SF1418 Performance Bond SF-24 Bid Bond Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing StandardSpec Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Drawing Dry Dock and Repairs Detail Specification for NOAA Ship Thomas Jefferson Drawing Drawing Drawing Drawing Drawing Drawing RFP EA133M11RP0136 Dry Docking and Repairs to NOAA Ship THOMAS JEFFERSON The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), has a requirement for dry docking and repairs to NOAA Ship THOMAS JEFFERSON. The THOMAS JEFFERSON is 208 feet long. Work will be performed at the contractor's facility. Provide all labor, material, and equipment necessary to perform the following (including, but not limited to): BASE ITEMS: Temporary Services; Dry Docking and Routine Dry Dock Work; Inspect and Repair Cathodic Protection System; Inspect and Repair Elinca System; Sea Valve Overhaul; Underwater Body Coating; Fuel Oil Tank COV Repairs; Miscellaneous Piping Repairs; Miscellaneous Steel Renewals; Sewage Holding Tank Preservation; Reduction Gear and Coupling Inspection; Crane Repairs, Modifications, and Testing; Anchor Windlass Overhaul; and Raw Water System Upgrades and Repairs. OPTION ITEMS: Ground Tackle Inspection and Preservation; ABS Load Line Certification; ABS Tank Inspections; ADCP Transducer Installation; Sea Water Temperature Probe Installations; Clean/Degrease Engine Room Bilge; Potable Water and Void Tanks Preservation; Dynamic Draft Measuring System Installation; Gyro Compass System Renewal; Chill Stores and Freezer Stores Repairs; and Mess Deck Overhead Renewal. 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 58 calendar days, with a start date between December 13, 2011 and January 10, 2012. Offerors will be requested to identify the actual start date within their offers. The preferred start date is on or about January 3, 2012. The date and place for an inspection of the ship is October 7, 2011 at the U. S. Coast Guard Support Center located at 427 Commercial Street, Boston, MA 02110. Appointments and arrangements for attending the ship inspection can be made by contacting the Port Engineer, Mr. Neil Lamartin, at 757-441-6369. 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 September 29, 2011 with proposals due on October 28, 2011. The anticipated award date is November 30, 2011. The Government anticipates awarding a firm fixed price contract to the contractor whose proposal represents the lowest priced, technically acceptable offer. 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 to 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 in the Central Contractor Registration (CCR) database 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 this acquisition, please forward inquiries via e-mail to Victoria Worrell, Contract Specialist, at Victoria.Worrell@noaa.gov or via telephone at (757) 441-3442.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M11RP0136/listing.html)
 
Place of Performance
Address: Work will be performed at the location of the successful offeror., United States
 
Record
SN02597576-W 20111001/110929235617-1cadf51688e86e9828a1c9fe5db13467 (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.