Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

20 -- Modify the EOS HVAC Fan Coil Unit on board the NOAA Ship Henry Bigelow - Specifications - Reference Documents

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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-12-RQ-70515
 
Archive Date
1/3/2012
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOAA Standard Specification AMC-505-2, 'Hydrostatic Pressure Test' NOAA Drawing HB-631 FF04, 'Paint Schedule' NOAA Drawing HB-512-001, 'Engineers' Operating Station (EOS) Fan Coil Unit (FCU) Relocation' NOAA Drawing HB-528- FP05, 'Grey and Black Water System Diagram' NOAA Drawing HB-514-FP16, 'Chilled Water System Diagram' NOAA Standard Specification MOC-000-3C, General Requirements for Small Contract Ship Repairs Specificaiton - EOS FCU Relocation 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-12-RQ-70515. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-54. The RFQ is set aside for small business. The associated North American Industry Classification Systems (NAICS) code is 336611, which has a size standard of 1,000 employees. The U.S. Dept of Commerce, NOAA Ship Henry B, Bigelow, Naval Station Newport - Pier 2, 68 Peary Street, Newport, RI has a requirement to modify the EOS HVAC fan coil unit in accordance with the attached Specifications. 0001, Provide all labor, equipment and material required to modify the EOS HVAC fan coil unit, 1 Job, $ _______________ 0002, Additional item Requirements (AIRs)/Growth Labor Rate per hour for an estimated 100 hours, $ ______________ 0003, Additional item Requirements (AIRs)/Growth Material Markup/Handling Fee, for an estimated $5,000.00, ___________% The Detail Specifications entitled "EOS FCU Relocation" is hereby incorporated by reference and provided as an attachment to this RFQ. The modifications shall start on date of award through January 31, 2012. The period of performance may be revised to accommodate the lead time of the required material. The place of performance shall be at the ship's homeport Naval Station Newport - Pier 2, 68 Peary Street, Newport, RI. A ship inspection will be held on December 14, 2011 in Newport, RI. Arrangements to attend the ship inspection must be made with the Port Engineer, Mr. Ken Marston at (508) 495-2347 or Kenneth.D.Marston@noaa.gov. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (NOV 2011), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.208-70 Restrictions on Printing and Duplicating (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Robin Resweber, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} CAR 1352.237-71 Security Processing Requirements - Low Risk Contracts (APR 2010) CAR 1352.246-70 Place of Acceptance (APR 2010) {Fill-in paragraph "b": NOAA Ship Henry H. Bigelow, Naval Station Newport - Pier 2, 68 Peary Street, Newport, RI} CAR 1352.270-70 Period of Performance (APR 2010) {Fill-in paragraph "a": Date of Award through January 31, 2012; paragraph "b" does not apply.} CAR 1352.271-70 Inspection of Manner of Doing Work (APR 2010) CAR 1352.271-73 Schedule of Work (APR 2010) CAR 1352.271-75 Delivery and Shifting of the Vessel (APR 2010) CAR 1352.271-76 Performance (APR 2010) CAR 1352.271-77 Delays (APR 2010) CAR 1352.271-79 Liability and Insurance (APR 2010) CAR 1352.271-80 Title (APR 2010) CAR 1352.271-81 Discharge of Liens (APR 2010) CAR 1352.271-82 Department of Labor Occupational Safety and Health Standards for Ship Repair (APR 2010) CAR 1352.271-83 Government Review, Comment, Acceptance and Approval (APR 2010) CAR 1352.271-84 Access to the Vessel (APR 2010) CAR 1352.271-85 Documentation of Requests for Equitable Adjustment (APR 2010) CAR 1352.271-87 Changes Ship Repair (APR 2010) CAR 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) {Fill-in paragraph "a": to be provided at the time of award.} FAR 52.245-1 Government Property (AUG 2010) The following clauses are provided in full text: CAR 1352.271-71 Method of Payment and Invoicing Instructions for Ship Repair (APR 2010) (a) The Government will make payment under this contract based on a percentage of completion. The contractor may invoice for the percentage completed for each work item as work progresses. The amount invoiced shall be calculated based on prices stated in the Schedule, as follows: A work item may not be invoiced until the percentage complete reaches 25 percent. Future invoices for that work item have no limitation as to the percentage of completion required before invoicing, but in no event may invoices be submitted more frequently than every 2 weeks, or for amounts less than $10,000, unless it is the final payment. The minimum percentage of completion (25%) to be reached prior to billing each work item may be waived by the Contracting Officer for large dollar work items on a case-by-case basis. (b) Invoices submitted by the contractor which are deemed not proper, in accordance with FAR 52.232-25, will be returned. Invoices shall include: (1) Name and Address of the contractor; (2) DUNS Number; (3) Invoice Date; (4) Contract Number/Modification Number; (5) CLIN/Work Item Number, to include: Description, Quantity, Unit of Measure, Unit Price and Extended Price; (6) Shipping and Payment Terms; and, (7) Contractor Point of Contact, including: Name, Title, Phone Number, and Mailing Address; (8) The percentage of completion for each CLIN/work item identified; (9) Name of the Contracting Officer; (10) Ship name; (11) The overall percentage and dollar amount previously billed, currently billed and unbilled. (c) When invoicing for changed work, the contractor shall identify it as a contract change and shall identify the modification authorizing the change, and the CLIN/Work Item associated with the change. (d) All items of work invoiced under this contract will be verified and confirmed by the Contracting Officer's Representative as accurate and complete and approved by the designated billing office before payment will be made. (e) Mail the original invoice to: (To be determined at time of award) (f) The contractor's final invoice submitted under the contract must be marked as follows: THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER CONTRACT NUMBER _____________________."(To be assigned at contract award) (End of clause) CAR 1352.271-72 Additional Item Requirements (AIRs) - Growth Work (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) 1352.271-88 GUARANTEES (APR 2010) (a) In the event any work performed or materials furnished by the contractor under this contract prove defective or deficient within 90 days from the date of redelivery of the vessel, the contractor, as directed by the Contracting Officer and at its own expense, shall correct and repair the deficiency to the satisfaction of the Contracting Officer. (b) The Government shall be entitled to rely upon any guarantee secured by the contractor or any sub-contractor covering work done or materials furnished which exceeds the 90-day period until its expiration. (c) With respect to any individual work item identified and listed as incomplete at the redelivery of the vessel, the guarantee period shall run from the date of completion of such item. (d) If and when practicable, the Government shall afford the contractor an opportunity to effect such corrections and repairs. (1) If the Contracting Officer determines it is impracticable or is otherwise not advisable to return the vessel to the contractor, or the contractor fails to proceed promptly with any such repairs as directed by the Contracting Officer, the Contracting Officer may direct that the repairs be performed elsewhere, at the contractor's expense. (2) Where corrections and repairs are to be made by other than the contractor due to nonreturn of the vessel to the contractor, the contractor's liability may be discharged by an equitable deduction in the price of the contract. (e) The contractor's liability shall only extend for an additional 90-day guarantee period on those defects or deficiencies which it corrected. However, this clause does not limit the responsibility or relieve the liability of the contractor under the Liability and Insurance clause. (f) At the Contracting Officer's option, defects and deficiencies may be left in their uncorrected condition. In that event, the contractor and the Contracting Officer shall agree on an equitable deduction in the contract price. Failure to agree upon an equitable reduction shall constitute a dispute under the Disputes clause of this contract. (g) The rights and remedies of the Government provided in this clause are in addition to and do not limit any rights afforded to the Government by any other clause of the contract. If a defect or deficiency that exists at the time of redelivery of the vessel was not discovered by a reasonable inspection and is discovered after the expiration of the time frame stated in this clause, it is not subject to the time limitations stated in this clause. (End of clause) 1352.271-90 INSURANCE REQUIREMENTS (APR 2010) (a) The contractor shall procure and thereafter maintain the following insurance: (1) Ship contractor's legal liability insurance to insure the risks described in paragraph (b) of clause 1352.271-79. This insurance shall be for $1,000,000.00. (2) Comprehensive general liability insurance and automobile insurance to insure the risks described in paragraph (c) of clause 1352.271-79. This insurance shall be for $1,000,000.00 on account of any one accident or occurrence with respect to each vessel, boat, and/or barge upon which work is performed. The contractor shall cause the Government to be named as an additional insured under any and all liability insurance policies. (3) Full coverage in accordance with the State Worker's Compensation law; and (4) Full coverage in accordance with the United States Longshoremen's and Harbor Worker's Act. (b) As evidence that it has obtained the insurance specified in paragraph (a) of this clause, the contractor shall furnish the Contracting Officer with a certificate or certificates executed by an agent of the insurer authorized to execute such certificates. Such certificates shall be furnished prior to commencement of the work. Each certificate shall state that (To be competed at time of award) has insured (To be competed at time of award) awarded contract number (To be competed at time of award) for repair/alteration of NOAA Ship HENRY BIGELOW in accordance with the Liability and Insurance clause and the Insurance Requirements clause contained herein. Each certificate shall set forth that each policy of insurance represented thereby will expire on (To be competed at time of award) and that each such policy contains the following clause: "It is agreed that in the event of cancellation or any material change in the policy adversely affecting the interest of the Government in this insurance, 30 days prior written notice will be given to the Contracting Officer." (End of clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (NOV 2011) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (11) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) (13) 52.219-8, Utilization of Small Business Concerns, (JAN 2011) (16) 52.219-14, Limitations on Subcontracting, (NOV 2011) (22) 52.219-28, Post Award Small Business Program Representation (APR 2009) (25) 52.222-3, Convict Labor, (JUN 2003) (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010) (27 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (28) 52.222-26, Equal Opportunity, (MAR 2007) (29) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (30) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (31) 52.222-37, Employment Reports on Veterans, (SEP 2010) (37) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (38) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (41) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (46) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 12:00 P.M. EST on December 19, 2011; any award resulting from this RFQ will be made based on meeting the required delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov or Christine.Jeffries@noaa.gov. The anticipated award date is on or about December 21, 2011. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Robin.Resweber@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-12-RQ-70515/listing.html)
 
Place of Performance
Address: Naval Station Newport - Pier 2, 68 Peary Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN02636878-W 20111211/111209234324-342c672be659db6886e536447559cd8c (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.