Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2006 FBO #1665
SOLICITATION NOTICE

J -- Underwater hull maintenance and zinc replacement contract for 8 security boats for Port Operations in San Diego. Contract is for a base year and 4 one-year options.

Notice Date
6/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0687
 
Response Due
7/3/2006
 
Archive Date
8/2/2006
 
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-0687 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 an underwater hull maintenance and zinc replacement contract for 8 security boats. The contract is for a base year and 4 one-year options years. The statement of work is as follows: Maintenance contract to provide underwater hull cleaning and replacement of cathodic protection (zincs) of eight each Naval Security tugboats and escort boats to the following specifications: 1) Contractor shall furnish all diving tools and equipment, material, labor, supervision and transportation necessary to provide monthly (and situational) hull cleaning of various types and quantities of boats. 2) Cleaning shall consist of underwater surfaces and shall include soft scrub to hard scrubbing based on the needs of the vessel. Hull cleaning shall be conducted on a monthly basis for each boat. 3) Contractor shall replace all underwater zincs on a quarterly basis. Government shall provide zincs. Zincs vary in size and quantity on each boat, but there are no more than 6 on any boat. 4) Contractor shall use ?Best Methods? standards of the industry to minimize any environmental damage. Contractor shall check with the regional maintenance officer or designated representative upon arrival at the job site for a listing of vessels requiring bottom cleaning and / or zinc replacement services. 5) Contractor shall provide a hull inspection maintenance report providing the status of each boat to the Regional Maintenance Officer for each vessel cleaned. 6) Contractor shall maintain a phone system with a message center for the duration of the resulting contract. 7) Contractor shall perform service during regular working hours (from 0730 ? 1600, Monday through Friday, excepting Federal holidays). Emergency situations may arise which will require separate handling. 8) Contractor shall provide emergency underwater inspections and repairs within 24 hours in the event of underwater propulsion, steering failures or any other irregularities occur. This includes, but is not limited to inspecting and repairing fouled screws, jet drives, and the underwater hull. 9) Boats are located at 32nd Street NAVSTA, Naval Air Station North Island, Subase PT. Loma. 10) The eight boats include a) 37? Moose Catamaran 3 each b) 25? Boomin? Beaver Tug boats 3 each c) 19? Boomin? Beaver Tug boats 2 each Note: Regional Program Manager is 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; FAR 52.211-5, Material Requirements and 52.232-18, Availability of Funds. 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. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror with the lowest price with acceptable past performance. 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 accordanc e 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 7-3-06, 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.
 
Record
SN01072087-W 20060618/060616221803 (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.