Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
SOLICITATION NOTICE

J -- 19' Safe Boast Sponson Sheath Replacement

Notice Date
3/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), PIFSC, 1601 Kapiolani Blvd., Suite 1110, Honolulu, Hawaii, 96814
 
ZIP Code
96814
 
Solicitation Number
NFFR7400-14-01095
 
Archive Date
4/15/2014
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (808) 725-5356
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. INTRODUCTION The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center (PIFSC), located in Honolulu, HI utilizes custom fabricated 19' SAFE boats to conduct projects from NOAA research vessels. The Director's Office 19' Safe Boat named "Steel Toe" is commonly used and in good working order. In the middle of January 2014, the sheath along the whole port sponsons de-glued. The age of the sponsons is approximately 4 years as they were replaced by Safe Boats International in the fall of 2009. The sheath is made from thermoplastic polyurethane (TPU). The Rub-strake is likely to be made of PVC and the above materials were thermo-welded at the joints. PIFSC needs a vendor to engineer and manufacture two sheaths that will replace the existing sheaths. PIFSC intends to issue a firm-fixed-price purchase order for this requirement. 2. SCOPE The successful vendor shall fabricate two new sheaths (port and starboard) identical to the existing units, such that the new sheaths may fit over the existing foam collars. The dimensions of the new sheaths shall match that of the original engineering. The construction of the new sheaths will be made of identical or more durable materials that are known to handle sun exposure and warm climates. The bow cover or "bra" is made of the same thermoplastic polyurethane material as the sheaths. This bow cover, although completely functional, is aged and a new one will be fabricated to match the longevity of materials as the rest of the boat. There will be 2 modifications to the new sheaths; 1) an extra layer of material to protect areas of high wear and 2) to reverse the overlap on the rub-strake so if peeling were to happen it would be easier to control. 3. REQUIREMENTS 3.1The contractor shall perform all work in accordance with the following requirements. 3.1.1Design will match that of the template (original sheaths) so that once installed; the sponsons are superior/equal to in strength and structural integrity of the originals. Size, shape and how the sheaths lay over the existing foam will match the templates. Color is not a priority, however lighter colors to reduce heat and reflect light are preferred. 3.1.2 Alter the design: the sheath's materials overlap so that the top overlaps the bottom. In its current construction, the bottom overlaps the top so that when the Rub Strake started to peel, the weight of the overlapping bottom quickly split the seam. 3.1.3 Modification: the sheaths will be given an extra layer of material in the bow area and also the "cut out" region on the 19' Safe Boat, so to protect it from contact with ship and from wear and tear of gear being deployed and recovered especially off the starboard side. PIFSC staff will provide those dimensions. 3.1.4 Replace: the bow cover or "bra" will be re-made to match that of its original design. It has performed without issue and a new one is requested to keep the current materials in sync with the rest of the boat. 3.2 Completion date: installation of the new sheath on the Safe Boat must be completed by 18 April 2014. 3.3 Minimum assurance: 2 years on sheaths and 4 years on the adhesive. It is understood that user wear and tear is part of operations however the workmanship needs to last. 3.4 Installation will be done on Oahu, Hawaii at the NOAA Inouye Regional Center (IRC), or other suitable location on Oahu for the vendor. Travel cost shall be based on the current government travel rate. To be considered, firms must furnish detailed information concerning their capability to provide the required services. Such information shall include (at a minimum): company name, telephone number, address, DUNS number, email address, Standard Form 18, a price proposal and a technical proposal demonstrating the firm's capability to meet the specified requirements. This service is being procured following the guidelines of Federal Acquisition Regulation (FAR) Part 12, Commercial Item Procedures as supplemented with the additional information included in this notice and in accordance with the simplified acquisition procedures as specified in FAR Part 13. This notice constitutes the entire solicitation and a paper copy will not be issued. Submissions received in response to this notice will be evaluated based on the firm's demonstrated technical capability to successfully provide the required services as stated herein. All questions pertaining to this requirement shall be submitted in writing to the attention of Contract Specialist, Stephanie Garnett via email at Stephanie.M.Garnett@noaa.gov. The quoter must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2013), with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEPT 2013), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: (4), (8), (10), (14), (25), (28), (30), (31), (50). The following clauses under subparagraph (c) apply: (1), (2). The following clauses are also applicable to this acquisition: Department of Commerce Clauses: 1352.201-70, 1352.209-73, and 1352.209-74. The following additional terms and conditions apply: Representations by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation-March 2012), and Assurance by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation-March 2012). Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. Quotes are required to be received in the contracting office no later than 10:00 a.m. Hawaii-Aleutian Standard Time (HAST) on March 31, 2013. All quotes must be emailed to the attention of Stephanie.M.Garnett, Contracting Officer at: stephanie.m.garnett@noaa.gov. All vendors doing business with the Government are required to be registered in the System for Award Management (SAM) database prior to award of a purchase order. Vendors may register with SAM by calling 1 (866) 606-8220. In order to be eligible to receive an award from this acquisition office, offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://iupdate.dnb.com/iUpdate/companylookup.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WRAD/NFFR7400-14-01095/listing.html)
 
Place of Performance
Address: Oahu, Hawaii, United States
 
Record
SN03320585-W 20140328/140326234656-1044310370968b77d6edbf857dc61e30 (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.