Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

19 -- Advancing Rapid Response Skimmers

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0068
 
Response Due
6/4/2012
 
Archive Date
6/19/2012
 
Point of Contact
Michael Kutner 562-626-7074
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.kutner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 N00244-12-T-0068. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336612 and the Small Business Standard is 500 employees. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302(1)(c). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The acquisition is for acquisition of the below listed Kvichak Marine, Inc. Advancing Rapid Response Skimmers and related equipment from the OEM, Kvichak Marine, Inc., Seattle, WA, in accordance with Kvichak Specification 2721-111-001 as detailed below. Advancing Rapid Response Skimmers (RRS) are used to remove oil from the water surface in harbors and protected waters. An advancing skimmer is a small 30 ™ craft which actively pursues an oil slick, while a stationary skimmer stays in one place and waits for the oil to come to it. As the Original Equipment Manufacturer (OEM), The Kvichak RRS is a unique proprietary design employing MARCO skimming technology not available from other vendors. (See Attached Justification and Authorization.) The specifications and components of this system are: ITEMQTYUNITDESCRIPTION BASE VESSELS + STANDARD GSA SCHEDULE OPTIONS 00019ea30-RRS Rapid Response Skimmer (base boat) 00029eaGPS Furuno, Installed 00039eaVHF / Hailer ICOM VHF, Installed 00049eaOperations and Maintenance Manual 00059eaWide Model convert to 30-RRS-W NON-GSA SCHEDULE OPTIONS 00062eaINFO: The Government will provide two (2) Yamaha F90 outboard engines, 25" shaft, bare, to be installed by the boat manufacturer on Hull 1 and 3. 00071eaINFO: The Government will provide two (2) Mercury 90EFI outboard engines, 25" shaft, bare, to be installed by the boat manufacturer on Hull 2. 00086eaINFO: The Government will provide two (2) Honda BF90 outboard engines, 25" shaft, bare, to be installed by the boat manufacturer on Hulls 4, 5, 6, 7, 8, and 9. 00099eaInstall the outboard engine(s) in accordance with the engine manufacturers recommendations. 00101eaCredit for Refurbished Filterbelt Module 00119eaUID System 00129eaShipping to DDDC San Diego, CA 92136 00131eaVideo Updates to add Wide Skimmer Prototype 00141eaVendor to be responsible for condition of all deliveries until receipt inspection by government representative at DDDC San Diego 00151eaFirst Article Inspection and Acceptance, vendor will make available vessels, drawings, technical documentation and manuals for inspection by government representatives at vendor's facility in Seattle WA. Final Inspection and acceptance will be conducted at DDDC San Diego. The Contractor shall provide 30 days notice of date of Inspection/Acceptance, and it is recommended the Contractor schedule this evolution no later than 3 weeks prior to the contracted delivery date to allow sufficient time for required evolutions (i.e. Inspection discrepancy corrections, shipping, and receipt at destination). 00161eaApply Navy Hull Registration Numbers (30OP1201 through 30OP1209) as follows: Hull 1 30OP1201 (NSY Portsmouth); Hull 2 30OP1202 (NSF Diego Garcia); Hull 3 30OP1203 (CFA Okinawa); Hull 4 30OP1204 (FLC Yokosuka DET Sasebo); Hull 5 30OP1205 (NAVSTA Guantanamo Bay); Hull 6 30OP1206 (NAS Patuxent River); Hull 7 30OP1207 (COMNAVDIST Washington); Hull 8 30OP1208 (FLC Puget Sound); Hull 9 30OP1209 (FLC Craney Island). 00171eaDelivery Schedule - 45 days ARO for Hull 1; 60 days ARO for Hull 2; 90 days ARO for Hull 3; 120 days ARO for Hull 4; 150 days ARO for Hull 5; 180 days ARO for Hull 6; 210 days ARO for Hull 7; 240 days ARO for Hull 8; 270 days ARO for Hull 9 00181eaHoist Fittings: Integral hoisting provisions, with lifting fittings and adjacent boat structure designed to a factor of safety not less than five (5) based on the Boat Design Hoist condition weight, ultimate strength of material of the lifting fittings and the supporting structure throughout the load path and while utilizing the provided hoisting slings. Lifting fittings aligned with sling load paths and actual factors of safety determined utilizing the governing hoisting condition. Design calculations submitted to Government prior to construction. Fittings to be fabricated from aluminum or stainless steel and tied into below deck hull structure. Eyes built into aluminum fittings will have stainless steel press fit inserts in way of shackle attachments. 00191eaBoat Design Hoisting Condition: Boat ready for service including full fuel and a 10% margin for growth. 00201eaHoist Sling: Synthetic sling set (Aramid fiber, Nylon or Polyester lifting slings) and all necessary hardware for attachment to vessel; two (2) each 2-leg lifting slings, single point lifting configuration (lifting sling configuration shall be such that a spreader bar is not required for normal lifting of the boat). Slings and hardware designed to a factor of safety not less than five (5) based on the governing hoist condition (Boat Design Hoist). Field serviceable sling set is preferred in the event a leg is damaged. The two (2) each 2-leg system shall have the single point lift (with two rings installed on a single hook simultaneously) located with respect to the longitudinal center of gravity (LCG) to provide between 1 and 5 degree bow up trim attitude in the hoist condition without trailer attached. Sling set permanently marked on each leg identifying: the testing activity, contract number, date of testing, boat type, rating and intended usage of the sling set (and leg to fitting identifier, i.e. 'FWD/AFT'). 00211eaHoist hardware: Shackles are to be safety (bolt-pin) anchor shackle (Type IVA, class 3 safety anchor shackles, in accordance with RR-C-271D) or similar sling saver shackles with bolt, nut and stainless steel cotter pin. Hoist hardware designed to a factor of safety not less than five (5) based on the governing hoist condition (Boat Design Hoist). Hoisting rings, if used, should be non-welded. Welded rings, if necessary, shall be RT inspected in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271, with acceptance criteria to MIL-STD-2035, Class 3 for welds prior to initial use. OEM certificates of conformance are required. 00221eaHoisting Drawing: Hoisting drawing provided as part of TDP, including profile view and load diagram for Boat hoisting. 00231ea"Design Certifications (First Boat Only): Following design certifications provided by the builder, presented at first boat inspection. All certifications provided in electronic format (Adobe Acrobat PDF). A) Boat & Trailer Scale Weight: Weight of first boat only for verification of actual boat hoisting weight (with 10% margin) does not exceed the Boat Design Hoisting Condition weight. Trailer will be weighed separately and recorded. Scale weighing to include the LCG in the hoisting condition and verification of bow up attitude. Ballast provided and located to represent engine weight if engines are not installed. B) Hoisting Fitting Design: The analysis demonstrates that the design of the hoisting fittings and slings has a minimum factor of safety of five based on the Boat Design Hoisting Condition Weight and the ultimate strength of the design with the single hoisting point utilizing the slings provided. 00241eaBuilder Tests (Each Boat): Following test documentation & certifications provided by the builder, presented to OSRP POC concurrent with delivery of each boat. All documents provided in electronic format (Adobe Acrobat PDF). Hoisting Fittings, 150% Rated: Testing of the integral hoisting fittings to a minimum of 150% of the Boat Design Hoisting Load Condition after construction using the slings provided in the contract. Verify construction/installation of the hoisting fittings is equivalent to the certified design. All stressed welds shall be tested with a dye penetrant test (PT) or Radiographic Test (RT) after the overload test. Hoist Label Plate provided on each boat, stating hoisting fitting rating, test load and date tested. Hoisting Sling, 200% Rated: Testing of the sling set and associated hardware (rings, shackles, etc.) to a minimum of 200% of the maximum calculated resultant load on each leg in the Boat Design Hoisting Condition Weight. Skimmer Specifications US Navy Rapid Response Skimmer (RRS) The Oil Spill Response Program (OSRP) is a centrally funded program that provides Shore Installations with spill response equipment such as the RRS. The RRS is a manned, advancing skimmer that provides Shore Installations the capability to quickly get to the site of an oil spill and begin skimming operations in protected / near shore water conditions. Hull design shall: (1) maximize directional stability, and (2) minimize the effects of side winds. Provide maximum deck working area. Minimum Requirements 30 ™ Nominal Length ; 8-10 ™ Beam (maximum) The RRS shall adhere to all applicable American Boat and Yacht Council (ABYC) standards and recommended practices and requirements of CFR Title 33 Part 183 unless otherwise stated herein. 15 knot empty transit speed ; 0.5-2.5 knot skimming speed 1000 gallon recovery tank capacity minimum Wheel House sized for two crew standing side by side, and Bimini Cover to protect against crew exposure to the elements Demonstrated performance testing in accordance with American Society for Testing and Materials (ASTM) Standard F 631-93, śStandard Guide for Collecting Skimmer Performance Data in Controlled Environments ť by an independent organization. Test data must be specific to simulated recovery operations using DFM and JP-5 at towed speeds ranging from 0.5-2.5 knots in calm and protected water surface conditions. Test data must be available at the time of solicitation. Anticipate a FFP contract. Anticipated award date is on or about 13 July 2012. Delivery is 45 days ARO for Hull 1; 60 days ARO for Hull 2; 90 days ARO for Hull 3; 120 days ARO for Hull 4; 150 days ARO for Hull 5; 180 days ARO for Hull 6; 210 days ARO for Hull 7; 240 days ARO for Hull 8; 270 days ARO for Hull 9. FOB Destination. Inspection and Acceptance at Destination, Defense Distribution Depot Center (DDDC), San Diego, CA. Place of final delivery is as follows: HULL 1 N39040 Commander, Receiving Officer, Bldg. 170 Portsmouth Naval Shipyard Portsmouth, NH 03804-5000 Attn: Wayne Bateman 207-438-3834 or 207 451-3333 HULL 2 N68539 US Navy Support Facility Port Operations Officer Bldg 461, Diego Garcia DG PSC 466 Box 6 FPO AP 96595 British Indian Ocean Territory Attn: CWO3 Milam Thomas 011-246-370-4301 HULL 3 N62254 CFAO Port Services U.S. Navy Base White Beach Bldg#1100 Katsuren-Heshikiya, Uruma-city Okinawa, Japan 904-2314 Attn: BM1 Douglas Mead 011 81 6117 22 1362 HULL 4 N68246 NAVSUP FLC Yokosuka Site Sasebo MU-BANCH AKASAKI-CHO SASEBO-CITY, NAGASAKI-PREFECTURE Zip #857-0064 Attn: Toshiro Tanaka, Code 720.5 011.81.6117.52.4159 0956-50-4135 HULL 5 N68836 GTMO Cargo Expediter/Port Services Delivery C/O TransAtlantic LLC Blount Island Maine Terminal 8998 Blount Island Blvd Jacksonville FL 32226 Expediter POC: Janet Bell Work: (904) 751-8886 Fax: (904) 751-8887 Email: Janet.Bell@navy.mil Final Destination: N60514 Naval Station Guantanamo Bay, Cuba Port Services BMCS Jakubec 011-5399-4829 HULL 6 N0428A Boat house #3 Bldg 312 Bauhof Road Patuxent River MD 20670 Attn: David Wick 301-342-3368 or 757-636-3769 HULL 7 N00171 Naval District Washington Bldg 84 Port Operations 2798 Coherty Drive SW Washington Navy Yard DC 20374 Attn: Daniel Branham 202-369-6557 HULL 8 N00406 NAVSUP FLC Puget Sound Code 700E, Bldg 217 7501 Beach Drive East Port Orchard WA 98353-0008 Attn: Doug Tailleur 360-476-2664 HULL 9 N00189 Fuel Department Director NAVSUP FLC Norfolk VA (Code 700/Bldg 288) Craney Island Fuel Terminal 4501 Cedar Lane Portsmouth VA 23703 Attn: Laverne Stella 757-483-2656 NOTES: Shipping will be coordinated by the Defense Distribution Depot Center (DDDC) and the Defense Contract Management Agency (DCMA). All deliverables shall be shipped FOB Destination to the following address: Defense Logistics Agency Defense Distribution Depot Center (DDDC) 2680 Woden Street San Diego, CA 92136-5491 Attn: Robert Belchez Email: roberto.belchez.ctr.dla.mil. Fax: (619) 556-0083 Cell: (619) 599-4338 Physical Location of Boat Lot at DDDC: Corner of Kidd and 10th Street on 32nd Street, Naval Station San Diego, BLDG 467 Notification shall be provided to Mr. Robert Belchez between 48 and 72 hours prior to arrival (excluding Federal Holiday and weekends). Note: If Mr. Belchez is unavailable, contact Truck Control (receiving) at (619) 556-7878. Contractor is responsible for all deliverables until receiving inspection and final acceptance is completed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219.28, Post Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.246-2, Inspection of Supplies ”Fixed Price. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7005, Representations Relating to Compensation of Former DoD Officials; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.246-7000, Material Inspection and Receiving Report. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached śOFFEROR'S PAST PERFORMANCE DATA ť form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 1:00 Local Time, June 4, 2012. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 5/29/12. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0068/listing.html)
 
Record
SN02735890-W 20120503/120501235927-347153588bd4a72f90bc465cd28d8464 (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.