SOLICITATION NOTICE
J -- refurbishment of one oil spill containment skimmer boat for 32nd street NAVSTA in San Diego CA
- Notice Date
- 6/2/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406TA013
- Response Due
- 6/15/2006
- Archive Date
- 7/15/2006
- 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-A013 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 3731 (NAICS 336611) and the business size standard is 1000 employees. The agency need is for the refurbishment of one (1) each oil spill containment skimmer boat for San Diego CA. This requirement is for a fixed priced contract. The statement of work is as follows: Refurbishment of one (1) each Oil Spill Containment Skimmer Craft (SKMR 5) to the following specifications: 1) Contractor shall coordinate the transport of the designated craft to the maintenance facility via trailer or water transportation as required. 2) Contractor shall block and clean entire vessel. Vessel shall be re-launched to water upon completion of service. 3) Contractor shall replace all upholstered seating surfaces with new marine grade covering and commercially available interior foam as required. 4) Sand Blasting and preparations: a) Contractor shall environmentally contain the vessel for sand blasting. b) Contractor shall sand blast the vessel to a commercially acceptable SSPC-SP 6 standard. c) Contractor shall conduct a complete exterior inspection of the hull for structural integrity, damage and severe pitting. 5) Contractor shall conduct the following repairs: a) Repair damaged or deteriorated areas in accordance with standard commercial practices utilizing cutouts; doubler plates and fill ins as necessary. b) Fill and repair any dents and / or flaws in the deck and hull. c) Inspect and re-enforce the console and cabin mountings as required. 6) Inspect and replace any damaged hoses: a) Contractor shall inspect and / or replace all hoses to include hydraulic, skimmer control, and engine hoses. b) Contractor shall replace all hydraulic oil filters. c) Contractor shall flush and replenish the hydraulic system. 7) Clean and preserve engine room deck bilges, bulkheads and overhead: a) Contractor shall wrap and seal all engine components and electrical box / connectors to protect them from foreign matter contamination. b) Contractor shall mechanically clean all surfaces to clean metal. c) Contractor shall apply a commercially acceptable epoxy based primer coating. d) Contractor shall apply two coats of a commercially acceptable haze gray topcoat. 8) Contractor shall inspect, repair and / or replace any damaged safety hand railings. 9) Contractor shall remove and replace all cathodic protection. 10) Contractor shall remove the existing rubber rails and replace with new and unused rubber using existing attachments. 11) Coating system: a) Contractor shall apply a commercially acceptable epoxy based primer system. b) Contractor shall cover all horizontal deck and walking surfaces with acceptable non-skid grit. c) Contractor shall cover deck surfaces with dark (deck) gray top coating. d) Upon completion, Contractor shall stencil (paint on) the vessel number on the aft starboard transom with 4? lettering (applicable number is 28OP9503). e) Contractor shall apply painted number of vessel SKMR 5 on sides and forward of deckhouse. f) Contractor shall apply painted lettering on the hull sides to read ?Port Ops?. 12) Contractor shall allow 50 hours of labor for detailed maintenance and grooming as applicable. Note: Contractor shall coordinate all transportation, maintenance, and repairs with the designated Site Manager. 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 6-15-06, 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
- SN01061786-W 20060604/060602221352 (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 |