SOLICITATION NOTICE
19 -- Post-Shakedown Availabilities (PSA) for NOAA's Ships OSCAR DYSON and HENRY B. BIGELOW
- Notice Date
- 8/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- REFERENCE-NUMBER-DG-133E-04-RP-0049
- Response Due
- 9/9/2004
- Archive Date
- 9/24/2004
- Point of Contact
- Michael Knowles, Contracting Officer, Phone 301-713-1354x197, Fax 301-713-4155, - Richard Bennett, Director, NESDIS Business Management Division, Phone 301-713-3478x170, Fax 301-713-4155,
- E-Mail Address
-
mike.knowles@noaa.gov, dick.bennett@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a reposting of the combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6. This announment has an attachment that contains the full text of this synopsis/solicitation. NOAA has a requirement to purchase ship repair/alteration and acoustic measurement and evaluation services to support Post-Shakedown Availabilities (PSA) on two Fisheries Survey Vessels (OSCAR DYSON and HENRY B. BIGELOW) designed to conduct fisheries stock assessments and associated fisheries, hydrographic and oceanographic research. Designated as FSV40 class ships, they have an overall length of 63.6 meters, a beam of 15 meters and a molded depth of 8.65 meters. They are designed and built to the requirements of the American Bureau of Shipping and meet stringent standards for a low underwater radiated noise signature. This announcement constitutes the only solicitation of the requirements. Proposals are hereby requested and a written solicitation will not be issued. This is Request for Proposal #DG133E-04-RP-0049. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2001-24. Two indefinite-quantity, firm fixed price delivery order contract awards at fair market prices are contemplated: a single award for OSCAR DYSON (CLINS 0001 through 0005) and a single award for HENRY B. BIGELOW (CLINS 0006 through 0010). The contract performance period for OSCAR DYSON will start on or about 1 Oct 2004 and end 30 September 2006. The contract performance period for HENRY B. BIGELOW will start on or about 1 October 2004 and end 31 May 2008. This acquisition is 100% set-aside for small businesses under North American Industry Classification System (NAICS) code 336611 (1000 employees). 1. The Government hereby requests that Offerors submit proposals for OSCAR DYSON and/or HENRY B. BIGELOW by Contract Line Item Number CLIN): CLIN 0001 (OSCAR DYSON): Ship Repair Direct Production Labor CLIN 0002 (OSCAR DYSON): Ship Repair Project Management Labor CLIN 0003 (OSCAR DYSON): Ship Repair Engineering/Design Labor CLIN 0004 (OSCAR DYSON): Special Studies Labor CLIN 0005 (OSCAR DYSON): Material CLIN 0006 (HENRY B. BIGELOW): Ship Repair Direct Production Labor CLIN 0007 (HENRY B. BIGELOW): Ship Repair Project Management Labor CLIN 0008 (HENRY B. BIGELOW): Ship Repair Engineering/Design Labor CLIN 0009 (HENRY B. BIGELOW): Special Studies Labor CLIN 0010 (HENRY B. BIGELOW): Material 2.1 SCHEDULE OF PRICES: CLIN 0001: Maximum Quantity = 32,750 man hours Unit Cost = $________ Total Cost = $________ CLIN 0002: Maximum Quantity = 1,000 man hours Unit Cost = $________ Total Cost = $________ CLIN 0003: Maximum Quantity = 3,750 man hours Unit Cost = $________ Total Cost = $________ CLIN 0004: Maximum Quantity = 2,500 man hours Unit Cost = $________ Total Cost = $________ CLIN 0005: Maximum Quantity = $1,000,000 Contractor Markup = $__________ (Offeror shall apply any proposed costs for handling charges, storage, overhead, or other costs, plus profit associated with the $1,000,000 Government estimate) Total Material = $____________ CLIN 0006: Maximum Quantity = 32,750 man hours Unit Cost = $________ Total Cost = $________ CLIN 0007: Maximum Quantity = 1,000 man hours Unit Cost = $________ Total Cost = $________ CLIN 0008: Maximum Quantity = 3,750 man hours Unit Cost = $________ Total Cost = $________ CLIN 0009: Maximum Quantity = 2,500 man hours Unit Cost = $________ Total Cost = $________ CLIN 0010: Maximum Quantity = $1,000,000 Contractor Markup = $__________ (Offeror shall apply any proposed costs for handling charges, storage, overhead, or other costs, plus profit associated with the $1,000,000 Government estimate) Total Material = $____________ 2.2 ANNUAL LABOR RATE ESCALATION: The labor rates presented in Section 2.1 may be escalated by ___% (Offeror to complete) at the beginning of each 12-month period during performance of the contract. See Sections 6.1 and 6.2. The resulting labor rates are as follows (Offeror to complete): CLIN 10/1/2004 ? 9/30/2005 10/1/2005 ? 9/30/2006 10/1/2006 ? 9/30/2007 10/1/2007 ? 5/31/2008 CLIN 0001 $ $ $ $ CLIN 0002 $ $ $ $ CLIN 0003 $ $ $ $ CLIN 0004 $ $ $ $ CLIN 0006 $ $ $ $ CLIN 0007 $ $ $ $ CLIN 0008 $ $ $ $ CLIN 0009 $ $ $ $ 3. SPECIFIC REQUIREMENTS (OSCAR DYSON): (a) The Contractor shall furnish the necessary personnel, material, equipment, services and facilities to provide: (1) ship repair/alteration services for FSV40 class ship OSCAR DYSON at a suitable marine repair and dry dock facility in or near the Seattle WA area, (2) ship repair/alteration services for OSCAR DYSON when berthed at other locations in the Seattle WA, Kodiak AK, Ketchikan AK, and other areas on the west coast of the U.S., and (3) the services of a company specializing in machinery and hull acoustic signature measurement and analysis to be specified by the Government. The Contractor is responsible for maintaining all classification and cargo certificates valid on OSCAR DYSON at the time the Contractor commences work if the work being performed impacts the certificates in any way. The drydock must be certified by the Naval Sea Systems Command (NAVSEA) at the time the proposal is submitted and the certification must be maintained throughout the entire period of performance of this contract. (b) The majority of the work is expected to be performed in the Seattle, WA area. For work performed in the Seattle, WA area, all travel and subsistence costs will be the responsibility of the Contractor. Travel and subsistence costs for work performed outside the Seattle, WA area, when authorized by order, will be reimbursed within the limits imposed by Federal Travel Regulations found at www.gsa.gov/travel.htm. (c) Noise Control Engineering, Inc. is a directed subcontractor for all acoustic measurement and analysis work specified by order. These costs, as well as all other subcontractor costs, are to be included in CLIN 0005. 3.2 SPECIFIC REQUIREMENTS (HENRY B. BIGELOW): (a) The Contractor shall furnish the necessary personnel, material, equipment, services and facilities to provide: (1) ship repair/alteration services for FSV40 class ship HENRY B. BIGELOW at a suitable marine repair and dry dock facility near the Woods Hole MA area, (2) ship repair/alteration services for HENRY B. BIGELOW when berthed at other locations in the Woods Hole MA, and other areas on the east coast of the U.S, and (3) the services of a company specializing in machinery and hull acoustic signature measurement and analysis to be specified by the Government. The Contractor is responsible for maintaining all classification and cargo certificates valid on HENRY B. BIGELOW at the time the Contractor commences work if the work being performed impacts the certificates in any way. The drydock must be certified by the Naval Sea Systems Command (NAVSEA) at the time the proposal is submitted and the certification must be maintained throughout the entire period of performance of this contract. (b) The majority of the work is expected to be performed in the Woods Hole, MA area. For work performed in the Woods Hole, MA area, all travel and subsistence costs will be the responsibility of the Contractor. Travel and subsistence costs for work performed outside the Woods Hole, MA, area when authorized by order, will be reimbursed within the limits imposed by Federal Travel Regulations found at www.gsa.gov/travel.htm. (c) Noise Control Engineering, Inc. is a directed subcontractor for all acoustic measurement and analysis work specified by order. These costs, as well as all other subcontractor costs, are to be included in CLIN 0010. 3.3 GENERAL REQUIREMENTS (BOTH SHIPS): (a) The Contractor shall provide the management effort necessary to ensure the on schedule completion of work specified in orders issued under this contract including the preparation of all progress, cost, and work status reports. The Contractor shall identify and maintain visibility of all problems and potential problems arising during contract performance which could impact the on schedule completion of ordered work. The Contractor shall ensure the quality of all materials purchased and services performed under this contract satisfy all contract and order requirements. (b) Ship repair/alteration services include but are not limited to pipefitting, welding, machining, electrical work, boiler repair, diesel mechanics, and engineering/design work required to support the work packages, etc. All work shall be done in accordance with applicable United States Coast Guard (USCG), American Bureau of Shipping (ABS), Safety of Life at Sea (SOLAS), and OSHA regulations and requirements. All services shall be rendered by, or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. NOTE: SEE ATTACHED DOCUMENT FOR THE FULL TEXT
- Place of Performance
- Address: (1) OSCAR DYSON: NOAA Marine Operations Center, 1801 Fairview Avenue, East Seattle, WA 98102, (2) HENRY B. BIGELOW: NOAA Marine Operations Center, Northeast Fisheries Center, 166 Water Street, Woods Hole, MA 02543
- Record
- SN00639537-W 20040811/040809211828 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |