Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOURCES SOUGHT

19 -- NOAA Ship FERDINAND R. HASSLER Phase III Industrial Availability Period

Notice Date
5/21/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
SWATH-Phase-III
 
Archive Date
6/9/2012
 
Point of Contact
William E. Havens,
 
E-Mail Address
william.e.havens@noaa.gov
(william.e.havens@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION. The United States Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO), is seeking sources capable of successfully performing the requirements necessary to complete major industrial work to the NOAA Ship FERDINAND R. HASSLER, a Small Waterplane Area Twin Hull (SWATH) costal mapping vessel. The Government is especially interested in responses from firms which are both capable of performing the work described within this notice, and which are certified by the Small Business Administration (SBA) as small business concerns. The contractor shall provide all facilities, supervision, material, and labor necessary to perform modifications, repairs, and preservation to the NOAA Ship FERDINAND R. HASSLER. The major industrial work is expected to include a dry docking period of about 1 - 2 months as a part of an approximate 4 month long shipyard availability period. The Government currently anticipates that the FERDINAND R. HASSLER will become available in late-October or early-November 2012. A potential Offeror's ability to provide a solution to the Government at fair market prices includes an assessment of foreseeable costs. Foreseeable costs are those costs incurred by the Government that are related to the location of the Contractor's repair facility and include, for example, the costs of movement of the ship to that location. For the purposes assessing foreseeable costs, the Government will use the ship's homeport of Norfolk, VA as the starting point. The planned work may include, but is not limited to, the following major work items: • Temporary service and facilities requirements • General steel and piping repairs • HVAC modifications • Routine dry dock requirements o Dry dock inspections o Hull preservation o Sea valve overhaul • Propeller replacement (fixed pitch) • Buoyancy appendages installation at lower hull and strut • Aft deck crane replacement (including crane foundation modifications) • Aft Control Station modifications (structural, electrical, piping, etc.) • Incline experiment • ABS and USCG inspection/regulation requirements General Vessel specifications: • Length (LOA): 37.7 m (123.7 ft.) • Breadth at Main Deck: 16.4 m (53.8 ft.) • Maximum Breadth at Pontoon: 18.5 m (60.7 ft.) • Depth: 7.0 m (23.0 ft.) • Draft, Maximum: 3.95 m (12.96 ft.) • Displacement, Maximum: 756 tons • Gross Tonnage: 809 • Net Tonnage: 242 • Hull: Welded Steel The NAICS code for this requirement is 336611 and the small-business size standard is 1,000 employees. An Invitation for Bid (IFB) resulting in a single firm-fixed-price type contract is anticipated. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action that may be issued for the Government's requirements related to completion of complete major industrial work to the NOAA Ship FERDINAND R. HASSLER. If your firm is interested in competing for this requirement, regardless of business size, please submit the following information to the Contracting Officer as indicated below: 1) Your firm's DUNS number & CAGE code; 2) Identify your firm's SBA-certified small business status as applicable: Small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or a women-owned small business concern; 3) A capabilities description. This shall include statements of your firm's recent past experience (within past five years) performing operations, maintenance and technical support relevant to the similar magnitude to the work required to perform the requirement as described within this notice; 4) A personnel description including engineering and craft capabilities. Engineering tasks may include drawing updates (in AutoCAD); 5) A facilities description. This shall include statements/drawings/certifications of your firm's dry dock and crane capabilities. A dry dock with a minimum clear width of 80 ft. is expected to accommodate the scope of work; and 6) The location of the contractor's facility / facilities. Information must be received by the Contracting Officer, William E. Havens via e-mail at william.e.havens@noaa.gov no later than the close of business on Friday, June 8, 2012. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the Contracting Officer at the above e-mail address. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified in any submission in response to this notice. Properly identified proprietary information will be safeguarded in accordance with applicable Government regulation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/SWATH-Phase-III/listing.html)
 
Record
SN02753955-W 20120523/120521235845-f949808af879389b6598088ea17e35cc (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.