SOLICITATION NOTICE
J--020 -- Maintenance and Repair of Ship & Marine Equipment
- Notice Date
- 7/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024410T0292
- Response Due
- 7/14/2010
- Archive Date
- 8/13/2010
- Point of Contact
- Anastasia Pentzakoff 619/532-2574 Anastasia Pentzakoff, anastasia.pentzakoff@navy.mil, 619/532-2574.
- E-Mail Address
-
Contract Specialist
(anastasia.pentzakoff@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 in Subpart 12.6, 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 N00244-10-T-0292 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the lastest edition of the Federal Acquisition Circular. This solicitation is issued on an Total Small Business Set-Aside basis (see Numbered Note 1), NAICS Code 336611. Fleet Industrial Supply Center San Diego requires refurbishment of eight (8) gangway and cable support stands. STATEMENT OF WORK Refurbish/repair eight gangway and cable support stands, to the following specifications:A.Contractor will provide all services required for the pick up and return of gangway and cable support stands to be transported to the contractor's facility where the work will be conducted. Additionally contractors will be required to pick up brow supports were they are currently stored. The brow supports availability will be available based on operational requirements of the fleet and in accordance with Port Operations Operational commitments. B.Contractor shall mechanically clean/sand to remove all deteriorated/loose, or pealing paint and corrosion on any affected area to a sound coating to include all decks, supports and leg surfaces. C.Visually inspect welded joints and seams for signs of cracking or deterioration. If signs are indicated conduct appropriate repairs to any welded surfaces or angle iron. D.Replace all side guide rails with new like material. E.Repair or replace buckled and severely worn deck plating on all landings. Any deck plating showing indications of excessive wear or dents shall be replaced by insert with smooth surface on the top. (40% metal wear is recognized as severely). Estimated maximum 15 square ft material may be required. F.Remove any rope/chaffing material covering on the bottom of each leg stand. Install matching hard rubber material to match existing material on bottom of the leg stands (approximately 2" thick 8"wide and 6' long) to replace and deck matting surfaces. On the leg stand mating surface, install appropriate nonferrous bolts and lock nut fasteners and counter sink all bolt holes ensuring the bolt heads will not protrude above the mating surface of the rubber. (Note any hard rubber mating material in good condition shall be reused but installed with new fasteners.) G.Replace all leg stand fasteners with non-ferrous fasteners. H.On the bottom pivoting leg, ensure the fasteners are drawn snuggly but allow for stiff movement of the leg stand for proper positioning on the craft. Once established, non-ferrous bolts with washer and castle nut shall be pined into place with appropriate stainless steel cotter pin to hold position. I.Once all weld repairs are completed, coat entire unit with two coats of commercially acceptable epoxy based primer then cover entire surface with two(2) coats of navy haze gray colored surface coating. Platform measurements are as follows: ONE (1) 3' platform: 9'8" long, 7'2" wide, 5'10" tall SIX (6) 2 ' Platform: 12' long, 5' wide, 2 1/2'tall ONE (1) Off Set 2' to 5': 12' long, 5' wide, Short side: 2', Aft side: 5'. DELIVERY DATE: 30-JULY-2010 CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) APR 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) TECHNICAL CAPABILITY OF THE ITEM TO MEET THE REQUIREMENT(ii) ABILITY TO MEET REQUIRED DELIVERY DATE (S) AND FOB TERMS(iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), ABILITY TO MEET REQUIRED DELIVERY DATE (S) AND FOB TERMS, is slightly more important than Factor (iii), PRICE. The Government's required delivery schedule/date(s) is shown in DELIVERY INFORMATION SECTION. FOB terms shall be demonstrated by the offeror's submission of a signed offer which has not taken exception to the required delivery schedule/date or place of delivery. Offers which take exception and do not meet the stated Government required delivery schedule/date(s) and FOB terms may be determined to be unacceptable and not considered for award. Award will be made to that responsible offeror which meets both of the above minimum technical and schedule requirements and offers the lowest price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DEVIATION (48 CFR CHAPTER 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) LIABILITY INSURANCE LIMITS Pursuant to the terms of the clause FAR 52.228-5, Insurance--Work on a Government Installation, following are the kinds and minimum amounts of insurance required: General liability: bodily injury liability insurance coverage written on the comprehensive form of policy--$500,000 per occurrence. Automobile liability insurance written on the comprehensive form of policy for bodily injury and property damage liability covering the operation of all automobiles operated in the United States and used in connection with performing the contract--$200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Aircraft public and passenger liability when aircraft are used in connection with performing the contract--$200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be $200,000 multiplied by the number of seats or passengers, whichever is greater. N00244L332 UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. N00244M282 AWARD BY FULL QUANTITY (AUG 1992) (FISC SAN DIEGO) The offeror must submit a price for all items in this solicitation to be eligible for award. Award will be made to that responsible offeror proposing the lowest total price for all items. Past Performance Questionnaire Information has been provided in Microsoft Word (see attachments). INFO REQUIRED PRIOR TO CLOSING:All technical questions must be submitted two days prior to closing date. All questions must be submitted via email to Anastasia.Pentzakoff@navy.mil. Please contact Mr. Brian L. Lehmkuhler, Regional Program Manager, Marine Maintenance, CNRSW Port Operations at 619-556-6790, or Matthew Lynch at 619-556-3136 to coordinate site visit. Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability. Include CAGE Code, Federal Tax ID, DUNS Number, Delivery Schedule ARO, POC and specs. Responses must be received no later than 1200 PM PST 14 JULY 2010, and will be accepted via email to Anastasia Pentzakoff at anastasia.pentzakoff@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0292/listing.html)
- Place of Performance
- Address: 140 Sylvester Rd, SAN DIEGO, CA
- Zip Code: 92106
- Zip Code: 92106
- Record
- SN02196502-W 20100708/100706234207-9f6b372a3df6f8a9a1d30b799cab41ff (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 |