Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2009 FBO #2736
SOLICITATION NOTICE

20 -- Accomplish Preservation of Four (4) 34foot Patrol Boats

Notice Date
5/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0236
 
Response Due
6/8/2009
 
Archive Date
6/23/2009
 
Point of Contact
TRACEY DILLARD 757-443-1926
 
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 request for quote for the required service under RFQ N00189-09-T-0236. A subsequent solicitation document will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-25 and DFARS Change Notice 20080513. FISC Norfolk Contracting Department Norfolk Office intends to purchase the following item (s): PRESERVATION OF (4EACH) 34FT SEAARK PATROL BOATS. NOTE: SEE STATEMENT OF WORK LISTED BELOW FOR ADDITIONAL INFORMATION. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.52.222-3, Convict Labor.52.222-19, Child Labor.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 Foreign Purchases.52.232-33, Payment by Electronic Funds Transfer - CCR.52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans.52.222-35 Equal Opportunity for Special Disabled Veterans52.215-5, Facsimile Proposals52.233-3, Protest After Award252.204-7004 Alt A, Central Contractor Registration Alternate A252.211-7003, Item Identification and Valuation252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersApplicable to Defense Acquisitions of Commercial Items including.252.225-7001, Buy American Act and Balance of Payment Program.252.232-7003, Electronic Submission of Payment Request.252.247-7023, Transportation of Supplies by Sea and its ALT III252.232-7010, Levies on Contract Payments5252.NS-0462P, Prospective Contractor Responsibility At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 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 on Monday 8 June 2009 by 4:30pm Eastern Standard Time. Offers can be emailed to tracey.dillard@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Tracey Dillard, Norfolk, VA.23511-3392. Mailed quotes must be in government control no later than the closing date and time to be considered for award. Reference: N00189-09-T-0236, on your proposal. Numbered Notes 1 applies, the proposed contract is 100% set aside for small business concerns. NAICS 238320. STATEMENT OF WORK SECTION 1.0 TITLE: Accomplish preservation of four 34foot SeaArk Dauntless Patrol Boats. Special Instructions/Conditions/Time Constraints: Boats will be delivered one at a time. Upon completion of a boat, another will be delivered to the contractor. SECTION 2.0 OBJECTIVE: Accomplish preservation of four SeaArk 34ft Dauntless Patrol Boats. This includes but is not limited to, surface preparation including protection of unpainted surfaces, primer application, top coat application and barrier coat application on the cabin exterior, weather decks, gun tub, railings gun mounts, stern crash bar, canopy frame, mast, hull sides, transom, main deck and underwater hull. Application of non-skid and anti-fouling hull paint system are also included. SECTION 3.0 AREA OF PERFORMANCE: Contractor's Facility. SECTION 4.0 SCOPE OF WORK: 4.1Provide a detailed schedule to COR and TPOC prior to work commencement outlining the following events: Surface Preparation, Primer Application, Barrier Coat Application, and Top Coat Application. The detailed schedule shall allow for a government inspection of the hull preparation prior to painting. Any name brand items called out in this statement of work may be substituted with an "or equal" item provided that a condition report listing all the specifications, characteristics, and properties of that item compared to the name brand item is approved by the TPOC/COR prior to use. 4.2Transportation: MESG-2 will transport the boat and trailer from the boat storage lot at MESG2 Boat Maintenance Facility in Portsmouth, VA to the repair facility and return to MESG2 Boat Maintenance Facility, Portsmouth VA upon completion of work. Boats are on road-worthy trailers and may be towed to a facility within 50 miles. Greater distances will require boat and trailer to be transported. If towed, tow vehicle must be compatible with the trailer's lighting and braking system and of sufficient towing capacity to tow the combined weight of the boat and trailer (22,000 pounds). Boats are to be REMOVED FROM TRAILERS upon receipt at the contractor's facility. MESG 2 will retrieve the boat trailers and keep them at the MESG 2 Boat Maintenance facility during the scope of this work. Upon completion of painting, MESG 2 will return the trailers to the contractor's facility. 4.3Protection: Protect all those surfaces not involved in preparation or paint (interior of cabin, engine compartment, hull sea injection ports, exhaust ports, components, wiring, piping, glass, gaskets, etc) from damage. Remove all protective material upon completion of work. 4.4Surface Preparation: Perform surface preparation of all surfaces to be preserved in accordance with FY 08 NAVSEA Standard Item 009-32, Table One, Lines 9 and 10, Column A. Provide for the TPOC to inspect surface preparation prior to application of primer. 4.5Decks, Cabin Exterior, Exterior Railings and Fittings, Forward Gun Tub, Hull Above Waterline: Apply a two part polyurethane enamel paint system, including primer, in accordance with paint manufacturer's instructions. Color to be Haze Gray number 26270 of FED-STD-595. Paint finish to be free of runs, sags, drips, orange peel, and overspray. 4.6Underwater Hull Below Waterline: Apply Petit Vivid Anti-fouling paint, color black, including barrier coat, in accordance with paint manufacturer's instructions. Apply two coats of anti-fouling, not including barrier coat. 4.7Non-skid Application: Apply non-skid, as originally configured, IAW FY 08 NAVSEA Standard Item 009-32, Table 2, Line 15. 4.8Powder coating: Remove the forward and aft cabin doors, engine room intake louvers, and mast. Remove door hardware and glass from cabin doors. Remove all hardware from mast. Abrasive blast and powder coat doors, louvers, and mast IAW MIL-PRF-24712. Doors and louvers to match the haze gray of the cabin exterior and the mast to be flat black. Reinstall all removed hardware. Reinstall doors, louvers, and mast. 4.9Cleaning and Preparation for Shipment: Upon completion of work, thoroughly wash-down the boat with soap and fresh water. Notify the TPOC to inspect prior to shipment. SECTION 5.0 - GOVERNMENT FURNISHED INFORMATION (GFI) None. SECTION 6.0 - GOVERNMENT FURNISHED MATERIAL (GFM): None. SECTION 7.0 - GOVERNMENT FURNISHED EQUIPMENT (GFE): None SECTION 8.0 - CONTRACTOR FURNISHED MATERIAL (CFM): All supplies, components, materials, and hardware necessary to accomplish the requirements of this task order, that are not specifically identified as GFM, shall be supplied by the contractor..SECTION 9.0 - PERFORMANCE AND DELIVERY: The boats will be available for shipcheck at the MESG2 Boat Maintenance Facility; 1624 Burton Point Road; Portsmouth, VA. SECTION 10.0 - CONFERENCES AND MEETINGS Contractor personnel shall be available for meetings at the Government and Contractor's facilities, as required, throughout the performance of this task. The COR shall give notice before meetings. The Contractor may also request a meeting by arrangement through the COR. SECTION 11.0 - COR DESIGNATION: The COR for this delivery order is Elmer Baker, (MARMC Code 372), 757-396-4001 x 2037 or 757-630-6441 (cell). The Technical Point of Contact (TPOC) is Smokey Glover, Code 234, (757) 462-4577 Cellular 652-3628, Alternate TPOC is Mike Nierman, Code 234, (757) 462-4579 Cellular 472-0973.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0236/listing.html)
 
Record
SN01826521-W 20090524/090522235637-e430c6d90b95090a340f53f20e0071cf (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.