Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

J -- STEEL REPAIRS

Notice Date
1/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5212
 
Archive Date
2/10/2009
 
Point of Contact
Patricia D. Lathan,, Phone: 757-443-5916
 
E-Mail Address
patricia.lathan@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-5212, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. NAICS 238990 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to repair sections of wasted steel onboard the USNS Grapple. The repairs will be performed in accordance with the below statement of work: 1.0ABSTRACT: 1.1This item describes the requirements to replace sections of wasted steel. 2.0REFERENCES: 2.1None 3.0ITEM LOCATION/DESCRIPTION: 3.1Location/Quantity: 3.1.1.Location: Various locations throughout the ship 3.1.2.Quantity: as described in paragraph 7.0 3.2Item Description/Manufacturer's Data: None 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES/INFO: All paint used to touch up new and disturbed areas. See the ships boson. 5.0NOTES: 5.1The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors must comply with all applicable GTR including but not limited to GTR 1 through 7 and 25. 5.2The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item.. 5.3All work and material shall be in accordance with ABS requirements. All steel shall be ABS grade A steel. 5.4Ship check and verify the exact sizes and dimensions of steel before start of work. 5.5Provide gas free certification in way of hot work throughout the upkeep period. 6.0QUALITY ASSURANCE REQUIREMENTS: None additional 7.0STATEMENT OF WORK 7.1Arrangement/Outfitting: None 7.2Structural: 7.2.1.Crop out and insert 50 linear feet of 4”x3/8” flat bar surrounding the weather decks on the 04 and 03 levels. 7.2.2.Crop out and replace deteriorated sections of overhead and vertical stiffeners on the exterior of the superstructure as designated by the Port Engineer. For estimating purposes, estimate 40 linear ft of 4”x3”x5/16” angle bar to be cropped out and replaced. 7.2.3.Remove and replace the two (2) gangway monitoring boxes mounted on the bulkhead, 01 level port and STBD: Provide four UT readings on the steel in way of each box. Provide a condition report for each area. Replace all stuffing tubes for the box. Fabricate or provide new stainless steel water tight enclosures to replace the old boxes that house the monitoring panels. Reinstall monitoring panels in the ne enclosures, install enclosures back on the bulkhead. 7.2.4.Crop out and insert a 18”x18:x 15# plate on the port side bulkhead by the forward gangway. 7.3Mechanical/Fluid: None 7.4Electrical: None 7.5Electronics: None 7.6Preparation of Drawings: None 7.7Inspection/Test: 7.7.1.Notify the MSC Representative for all tests and inspections. 7.7.2.MSCREP to conduct visual inspection of the fit-up and welding root pass. Notify MSCREP 4 hours in advance for inspection. 7.7.3.ABS surveyor to survey completed repairs. Welds shall be nondestructively tested by a method acceptable to ABS.. 7.8Painting: 7.8.1.Prime and paint all new and disturbed areas to match existing. 7.8.2.Lagging; replace lagging in way of the steel renewal were applicable. 7.9Marking: None 7.10Manufacturer's Representative: None 8.0GENERAL REQUIREMENTS: 8.1Material shall be ABS grade “A” steel. 8.2All welding shall be accomplished by ABS certified welders. 8.3Provide fire watches and gas free certification where required Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for Norfolk, VA is $155.00. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote The Period of Performance is Feb 02-15, 2009. Location: St. Helena Annex, Norfolk, VA USNS Grapple Port Engineer - Bud Brown, phone 757-777-6775 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5979. The following numbered notes apply to this requirement: none At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 26 Jan 09 @04:00 P.M. Offers can be emailed to patricia.lathan@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7a2e844f3dd446cee2dcd6f5df1d3cf&tab=core&_cview=1)
 
Place of Performance
Address: NORFOLK, Virginia, 23523, United States
Zip Code: 23523
 
Record
SN01736768-W 20090124/090122220713-b7a2e844f3dd446cee2dcd6f5df1d3cf (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.