Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SOLICITATION NOTICE

J -- Dry-dock and inspect the National Park Service 165' long vessel M/V RANGER III

Notice Date
7/11/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, MWR - INDU Indiana Dunes National Lakeshore 1100 North Mineral Springs Road Porter IN 46304
 
ZIP Code
46304
 
Solicitation Number
N631008M050
 
Response Due
8/25/2008
 
Archive Date
7/11/2009
 
Point of Contact
Patsy Ferguson Contracting Officer 2199267561436 Patricia_Ferguson@nps.gov;
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Isle Royale National Park, is soliciting proposals for all labor, materials and facilities necessary to dry-dock and inspect the 165' long vessel M/V Ranger III. The M/V Ranger III is assigned ABS Class Notation +A1,E+AMS, Great Lakes Service and is designated a Subchapter H passenger vessel under 46 CFR. The M/V Ranger III is also inspected under portions of Subchapters D and I of 46 CFR. Offeror will be asked to provide pricing for Basic and Optional Requirements. Work identified as the Basic Requirement is: hull cleaning the entire underwater surface including sea chest screens; sea chest interiors; and other underwater appendages; conduct ABS inspection in accordance with five-year certification requirements, and USCG required inspection; tailshaft and tailshaft bearings survey; obtain services of representative of Bird-Johnson CO. to supervise inspection and repair of propeller hub assemblies; provide written report on rudder bearings and replace as needed. Optional Requirements shall be priced for the following additional work: Hull preparation; hull painting from the keel to the waterline; clean and inspect potable water tank, recoating as needed; inspect bow thruster tunnel for pitting and install new steel band and owner supplied propeller shaft seal kit, and recoat as needed; provide and install new heating boiler; gritblast and recoat outside overheads on main and passenger decks; install new hydraulic steering system; remove and install new flush deck hatch ring covers and void hatch ring covers; remove damaged floor tile (asbestos content) and replace with new PRF-ACTIVA brand tile; repair weld leak in housing over aft steering station control shafting; gritblast and epoxy prime ship sides and bulkheads; clean and remove scale from ballast tanks; install recirculation pipe in ballast tanks. The National Park Service will deliver the vessel to a shipyard located in the Great Lakes area between Duluth, MN and Gary, IN. Proposal submission and evaluation of offers will be conducted using a two phased approach. First proposals will be evaluated by the Technical Evaluation Panel using the Evaluation Criteria identified in the Solicitation; Factor 1, Technical, Dry-dock Capacity, Facility, and Equipmment and Factor 2, Past Performance. Based on this evaluation, evaluators will determine technical acceptability of each proposal. All acceptable proposals will be evaluated using Factor 3, Price. The Government anticipates award of a firm-fixed price contract on or before September 5, 2008. The Solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) website at http://ideasec.nbc.gov. Offerors interested in the doing business, and receiving a copy of the Solicitation must register on the Fed Biz Opps website (www.fbo.gov). The Solicitation with specifications shall be posted on or about July 25, 2008. NO HARD COPIES OF THE PACKAGE WILL BE ISSUED. A hard copy of the Technical and Business proposal shall be submitted to the address identified in the Solicitation package, on or before 4:00 p.m. local prevailing time on August 25, 2008. For information contact Patsy Ferguson, Contracting Officer at (219) 395-1735, patricia_ferguson@nps.gov. This Solicitation is unrestricted, NAICS Code, 336611, Ship Building and Repair. The size Standard is 1,000 Employees.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a468d318d2b8373fe6ede3671ef4b2a&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility
Zip Code: 49931
 
Record
SN01612627-W 20080713/080711222150-0a468d318d2b8373fe6ede3671ef4b2a (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.