Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

J -- oil spill recovery boat refurbishment (3 each) in San Diego CA

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0622
 
Response Due
5/8/2006
 
Archive Date
6/7/2006
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-06-T-0622 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 (5/19/06) and DFAR Change Notices effective through 5/19/06. The standard industrial code is 3732 (NAICS 336612) and the business size standard is 500 employees. The agency need is for the refurbishment of three each oil spill recovery crafts for San Diego CA. This requirement is for a fixed priced contract. The statement of work is as follows: Refurbishment of two (2) each 21? oil spill recovery craft; one (1) each 30?oil boom recovery boat. The following boats and trailers are to be refurbished: 1. Oil spill recovery craft boom boat BMR-2 (30BP9603) (32nd Street NAVSTA) 2. Oil spill containment Seaark OR-6 (21UB0205) (32nd Street NAVSTA) 3. Oil spill containment Whaler 8 (21UB9602) (NAB Coronado) Refurbish two (2) each oil spill containment boomer craft and one (1) each whaler. A) Coordinate transport of the designated craft to assigned maintenance facility via trailer or water as required. Block and clean the entire vessel. Re-launch the vessel to the water upon completion of the required work. B) Environmentally contain vessel for sand blasting, and sand blast complete exterior. Inspect complete hull for structural integrity, damage and severe pitting. C) Replace all upholstered seating surfaces with new commercial marine grade covering and commercial grade interior foam as well. D) Sand sweep / Water Jet (sand sweep to SPCC-6 deck and hull removing any excess and worn or deteriorated paint.) Repair damaged and deteriorated areas with commercial standard acceptable practices (i.e. cutouts, doubler plates, fill-ins). Repair any unsafe dents and flaws in the deck and hull with proper filling compound. Inspect and re-enforce console and cabin mountings as required. E) Inspect all fuel lines, fittings and fuel tanks; Replace damaged fuel lines, fittings. Provide report on status and condition of fuel tank. F) Inspect, repair or replace any damaged or bent safety hand railings, safety chain and connectors. G) Remove and replace all cathodic protection as required. H) Rubber rub rails: Inspect, repair or replace any damaged existing rubber rails and mounting brackets. I) Painting: Apply commercially approved primer system to the above crafts. Cover all horizontal deck and walking surfaces with commercially available non-skid grit. Cover all deck surfaces with dark deck gray paint. Upon completion of the above, apply appropriate painted hull numbers to both sides of the vessel. Apply Navy hull identification numbers to the top aft starboard side transom Apply, by painting, on centered front to back, gunnel to waterline, on both sides of the hull ?Port Ops?. J) Manufacture push-knees and repair / reinforce the bows: (OR-6 and Whaler 8 only) Push-knees should be approximately 24? in length. They should be centered vertically with the bow deck. Each section shall be placed 12 ? 18 inches either side of the tip of the bow, and extend 8 ? 10 inches beyond the tip of the bow. K) Miscellaneous repairs to include: Repair or replace / repair mounted boom guides. Spotlights Running lights and accessorized mounted equipment as required. Re-enforce consol / steering panel. Repair or replace anchor mounting storage brackets under bow decking. Repair all damaged cleats. Replace / repair headliner on OR-6 and Whaler 8. L) Allow 50 man-hours labor for detailed maintenance and grooming as applicable. NOTE: Coordinate all transportation, maintenance, and repairs with designated Site Managers. Government POC: Brian Lehmkuhler @ 619-556-6790. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. 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. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 6-8-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN01057635-W 20060527/060525221612 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.