SOLICITATION NOTICE
19 -- 11 Meter Rib Boat Repair
- Notice Date
- 7/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, VA, 23521, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92242-07-T-0021
- Response Due
- 7/20/2007
- Archive Date
- 8/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Description This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format 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. The RFQ number is H92242-07 T-0021. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-17, dated 22 November 2006 and DFARS Change Notice 20000531. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil. The NAICS code is 336611, the Small Business Standard is 1,000 employees. This is a 100 % Small Business procurement. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Quantity 1 Lot: Emergent repairs and or upgrades to the 11 Meter Rib number NS113, CLIN 0002 Quantity 1 Lot: Emergent repairs and or upgrades to the 11 Meter Rib N114. Work shall be performed at the Contractor?s facility. The two boats shall be repaired concurrently. The period of performance shall be 6 weeks after contract award. The contractor shall maintain a facility in the San Diego CA area. Acceptance shall be at Origin. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; (Sep 2006), 52.212-3 and its ALT I, Offeror Representations and Certifications (Jan 2006). Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.203-6 Restrictions on Subcontractors Sales to the Government (Jul 1995), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Mar 2007),the following clauses are applicable to this solicitation: 52.219-8 Utilization of Small Business Concern (May 2004), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities ((Feb 1999), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), Equivalent rates as follows: Employee Class Monetary Wage -- Fringe Benefits Welder , WG 10 step 5 $26.95 Electrician, WG 10 step 5 $26.95 52.222-44 Fair labor Standards Act and Services Contract Act Price Adjustment (Feb 2002), 52.222-26 Equal Opportunity (May 2007), 52.222-44 Fair Labor Standards Act and Services Contract Act (Apr 2002), 22.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006, 52.222-37Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3Protest After Award (Aug 1996). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror Representations and Certifications Commercial Items ( Jun 2005) : Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001),The applicable clauses are ;252.243-7002 Request for Equitable Adjustment (Mar 1998, 52.225-7012 Preference for Certain Domestic 252.227-7015 Restriction on Acquisition of Hand or Measuring Tools (Dec 1991),252.232-7003 Electronic Submission of Payment Requests (May 2006). FAR clause 52.222-41, Service Contract of 1965, as amended applies. The Wage Determination Number for this requirement is 2005-2057 REV (4). The wage determination can be accessed via the DOL website at http://www.dol.gov. The latest Wage Determination will be incorporated into any contract resulting from this solicitation. Additional FAR Clauses are 52.232-37Multiple Payment Arrangements (May 1999) and 52.233-2 Services of Protest (Aug 1996) Quoters shall include the quoter?s technical approach and past performance information. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be no more than 20 pages in total. 20 pages are defined as (10 sheets front and back, paper size 81/2 by 11 inches. Facsimiles will be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. While price will be a significant factor in the evaluation of offers, it will not be the most significant factor. The factors order of preference from most important to least important are: 1. Technical, 2. Past Performance 3. Price. Past Performance information: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quitter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1400 hours (Eastern Standard Time) on 20 Jul 2007. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 492-1340 or email whitfield_a@nsweast.socom.mil. Site Visit: A site visit will be held Jul 16 2007 ? Jul 18 2007 at Special Boat Team Twelve, 3402 Tarawa Road, San Diego, CA. The site visit will be from 10:00 am until 1:00pm each day. The point of contact for the site visit is Mr.Gary Myers at (619) 437-5983. STATEMENT OF WORK 11 METER RIB EMERGENT REPAIRS 1.0 Scope The purpose of this action is to overhaul and or upgrade to 11 Meter RIB(s) NS113 and NS114 in accordance with job specifications. 2.0 N/A 3.0 Requirements 3.1 The Contractor shall provide all personnel, materials, parts, equipment, machinery, and facilities necessary to conduct the required repairs, maintenance or upgrade. The Government will remove the RIB engines prior to the mechanical repairs. 3.2 The place of performance shall at the Contractor facility 3.2.1 The Contractor shall provide all required tools and materials. The Contractor shall follow all directives of the Special Boat Team concerning safety, security and demeanor. 3.2.2 Special Boat Team will deliver the Ribs to the contractor?s facility. 3.2.3 The contractor shall maintain a facility in the San Diego, CA area. 4.0 Description of task 4.0.1 RIB repairs shall include removal of hull scratches and gouges, applying ceramkote and armor coat to RIB components, windshields, storage bags, handrail covers and glad seals, Terminal boards 1 through 7, fuel bladders, bolster seats, tread-master, and ratchet straps. 4.1 Tasking for 11M- RIB 55 and 56 Maintenance & Repairs required 4.1.1 Boat Repairs ? Preservation (applies to 113 & 114) Remove the following metal components from boat for preservation: Hold #1 hatch and frame; Hold #2 hatch and frame, Console hatch and frame Console handrails (3 ea), battery tray, console terminal board plate, console arch securing brackets. Water jet compartment hatches and frames, engine compartment hatch hinges, Comm station plates x2. Swim platform strut, swim platform backing plates, 3rd&4th row slick bolster handrails. 3rd row bolster handrail & mounts (5 ea), fuel priming pumps (2 ea), console DICP breaker x3, bezels, engine box louvers, forward & aft gunmounts (replace two support mounts), and kingpost. Comm Box foundation, 4th row aft handrails x2. Blast all removed components to white metal. Apply CeRam Kote, IAW mfg instructions, to all removed components. Remove and Reinstall 5 ea. bolster seat mounting brackets, blast, CeRam Kote & reinstall. Reinstall all components using new hardware and pins. Prep and preserve the exterior of both water jets with Trilux 33 IAW mfg (KaMaWa) instructions. Remove and reinstall hatch gasket material for the 5 removed hatches (gasket material GFE). 4.1.2 Boat Repairs - Hull & Topside (applies to 113 & 114 unless specified)113 Both X Remove sponsons (2 each) and bra X Repair hull scratches, gouges and nicks caused by trailering & other miscellaneous damage (six square feet) X Repair nicks topside (three square feet) X all repaired areas to match base, IAW mfg instructions/ paint out entire craft w/satin dull finish LP epoxy X Clean Hold #1, remove interferences, LP epoxy compartment completely and reinstall interferences X Clean Hold #2, remove interferences, LP epoxy compartment completely and reinstall interferences X Clean console interior deck, armorcoat compartment deck area completely X LP epoxy forward vertical side of transom aft of 4th row slick bolster X Accomplish cleaning & LP epoxy engine and waterjet compartments complete X LP epoxy bottom side of engine compartment hatches and around perimeter in trough X Remove existing and provide and install all new engine compartment insulation X install a new anchor chain bag in Hold #1 (GFE) X Provide and install Stainless Steel ratchet straps & securing straps in Hold #2 (5 ea) & 72" console securing strap X Provide and install console splash shield (GFM) X Provide and install 5 each bolster seat pad latch cover straps and reupholster 5 bolster seats X Remove existing and reinstall all treadmaster and ensulite on entire deck (GFE materials) X Replace foam in fuel cells (GFE Kit) (IAW ECP 148 foam modification basline RIB 119) X LP epoxy 3rd & 4th row slick bolsters X 113 replace missing mounting hardware for 3rd row bolster w/GFM X Strip down, prepare and LP epoxy bolster frames and the 5 each bolster shells X Provide and install all new uphostery for 5 bolster shells w/ new velcro & edging and upholstery for slick bolsters X replace missing lumbar supports 8 per boat X Prepare, sand and preserve throttle, bucket & gearbox bezels X Accomplish an all over buff of the boat X Reinstall sponsons (GFE Wing MCADS Sponsons) 4.1.3 Boat Repairs ? Mechanical (applies to 113 & 114 unless specified) 113 Both X Provide and install a new acrylic scratch resistant windshield X Provide and install new DIN rails for the console (lower) terminal boards X Clean the terminals on all console terminal boards, switches and miscellaneous components X Remove the battery parallel solenoid and recondition and reisnstall Note: Electrical repairs and materials will be funded from the LOE below X Replace control cables for throttle & shift X Provide and install the trim tab indicator cables X Provide and install port and starboard backflush cable and free up valves on port & starboard sides X Provide and install the bucket control cables X Remove existing and install new GFE Racor water separators 2 per boat (113 STBD only) X Replace blower hoses w/ new orange hose & alum vents X Power tool clean and preserve all hydraulic hose fittings ENGINEERING CHANGE PROPOSAL (ECP) 149 X Complete install port and stbd 8" antenna access ports X Provide for growth repairs for incidental items not covered by specifications (LOE items) X Replace horn X terminal board splash shield installation w/ GFM X modify exsiting console latch locking modification, remove old hasp repair hatch ring holes X replace port and stbd back flush hoses internal and external X replace sea water hoses strainer suction, strainer discharge, hydraulic cooler inlet and outlet X replace trim tab indicators GFE X replace tank tender GFE X Coordinate with SBT-12 IMD for Quality Assuarance checkpoint of new control cable, hose, electrical, filters, installations
- Place of Performance
- Address: Special Boat Team Twelve, 3402 Tarawa Road Bldg 214, San Diego CA 92155
- Zip Code: 92155
- Country: UNITED STATES
- Zip Code: 92155
- Record
- SN01338654-W 20070712/070710221732 (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 |