SOLICITATION NOTICE
J -- RECOVERY - Drydock and Repairs to NOAA Ship HENRY B. BIGELOW
- Notice Date
- 6/12/2009
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133M-09-RP-0136
- Archive Date
- 8/13/2009
- Point of Contact
- Christine Jeffries, Phone: 757-441-6894
- E-Mail Address
-
christine.jeffries@noaa.gov
(christine.jeffries@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - Drydock and Repairs to NOAA Ship HENRY B. BIGELOW THIS ACQUISITION WILL BE FUNDED WITH AMERICAN RECOVERY & REINVESTMENT ACT (ARRA) FUNDS; AS SUCH THE AWARDEE WILL BE REQUIRED TO SUBMIT TO SPECIAL REPORTING IN ACCORDANCE WITH FAR CLAUSE 52.204-11. The National Oceanic and Atmospheric Administration (NOAA) has a requirement for Drydock and Repairs to NOAA Ship HENRY B. BIGELOW. The HENRY B. BIGELOW is 208.6 feet long, and her home port is Woods Hole, MA. Provide all labor, material, and equipment necessary to perform the following (including, but not limited to): BASE ITEMS: Temporary Services; Drydocking and Routine Drydock Work; Sea Valve Overhauls; Zinc Renewals and Additional Zinc Anode Installations; Cathodic Protection System Inspection; Underwater Body Coating; Centerboard Inspection, Repairs, and Modifications; Wet Lab Deck Covering and Distribution Panel Enclosure Replacement; Bow Thruster Inspection; Vent Fan VFD Control Installation; Fuel Oil Overflow Pipe Sight Glass Installation; Galley Deck Drain and Coaming Installation; Weather Deck HVAC Intake Vent Modifications; Pilothouse Exterior Catwalk and Handrail Installation; Laundry Room Clothes Dryer Lint Box Installation; Bilge Suction Piping Installation; SSDG Pre-Lube Pump Installation; Galley Gaylord Exhaust Duct Cleaning; Main Propulsion Motor Inspections; SSDG Jacket Water / Aftercooler Expansion Tank Replacement; Passageway Door FR 65 Deck Drain Installation; Potable Water Shut-Off Interlock Installation; SSDG Engine Overhauls; Fuel Oil Tank Level Indicator Installation; Meter Calibrations; Dock Trials; Sea Trials OPTION ITEMS: Waste Oil Tank Coating and Piping Modification; Radar Platform and Hand Rail Assembly Installations; Cooling Water Piping Check Valve Replacements; Egg Pump Inspection; Lifting Eye Installations; Acoustic Doppler Current Profiler Transducer Rotation; Evaporator / Distiller Immersion Heater Installation; Stack Plenum Door Installation; Cooling Water Piping Modifications; Telescoping Boom Crane Hydraulic Hose Replacement; Fuel Oil Transfer Pump Replacement; Searchlight Replacement and Installation; Trawl Winch Control Booth Installation; Anchor Windlass Motor Overhaul & Brake Replacement; Piping Installation and Modifications; Sonar Trunk Installation; SX95 System Installation; MCS Installation Industrial Support. Growth (estimated material and labor hours) will also be included in the solicitation. The solicitation will include a liquidated damages clause, as well as a requirement for bid, performance, and payment bonds. The performance period will be 57 calendar days, with a start date of December 3, 2009. The ship inspection period is July 20 through July 23, 2009 at the Newport Naval Station, Pier 2, 68 Peary Street, Newport, RI. Vehicle and personnel access to the ship is restricted via gated security. Arrangements to attend the ship check shall be coordinated with the Port Engineer, Ken Marston, at 508-495-2347. This procurement is being issued on an unrestricted basis; large businesses will be required to submit a subcontracting plan. The applicable NAICS code is 336611, which has a corresponding size standard of 1,000 employees. The acquisition will be issued as a Request for Proposals (RFP) in accordance with FAR Part 15; the RFP will be issued on or about June 26, 2009 with proposals due at least thirty (30) calendar days thereafter. The anticipated award date is October 16, 2009. The Government anticipates awarding a firm fixed price contract to the contractor whose proposal represents the best overall value based on price and non-price factors (technical and past performance) with non-price factors being significantly more important than price. The RFP will be issued via electronic posting on the Federal Business Opportunity (FEDBIZOPPS) web page www.fedbizopps.gov. Hard copies of the RFP will not be issued. It is incumbent upon contractors to monitor FEDBIZOPPS for the release of the RFP, specifications, drawings and all subsequent amendments. The specification will be uploaded to www.fedbizopps.gov with the RFP. Prospective offerors who are interested in submitting a proposal for this acquisition are encouraged to register with the FedBizOpps Vendor Notification Service and to be on the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis is posted). Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov; offerors must also obtain a Data Universal Numbering System (DUNS) number and provide it with the offer. All responsible sources may submit an offer, which shall be considered by the agency. For information concerning this acquisition, please forward inquiries via e-mail to Christine Jeffries, Contract Specialist, at Christine.Jeffries@noaa.gov or via telephone at (757) 441-6894.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RP-0136/listing.html)
- Record
- SN01843966-W 20090614/090613000140-6b85de313f4a2bbffd3a2ff50afb2144 (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 |