Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2022 SAM #7460
SOLICITATION NOTICE

19 -- Detail Design and Construction of Class B Vessels (NOAA/OMAO/PIAD)

Notice Date
5/2/2022 7:45:12 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
1305M222RNMAN00157
 
Response Due
6/30/2022 9:00:00 AM
 
Point of Contact
Andrew Northcutt, Phone: 7574416457, Andrew Hildebrandt, Phone: 7574416865
 
E-Mail Address
Andrew.Northcutt@noaa.gov, andrew.hildebrandt@noaa.gov
(Andrew.Northcutt@noaa.gov, andrew.hildebrandt@noaa.gov)
 
Description
Detail Design and Construction of Class B Vessels (NOAA/OMAO/PIAD) THIS IS A PRESOLICITATION/SYNOPSIS NOTICE ONLY.� This is not a solicitation or request for quote or proposal and no contract or purchase order will be awarded from this notice. The National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division, Norfolk, VA, on behalf of the Office of Marine and Aviation Operations (OMAO), Platform and Infrastructure Acquisition Division (PIAD) intends to solicit for the Detail Design and Construction of Class B Vessels This acquisition is for a single phase detail design and construction of two Class B vessels with options to procure up to two additional vessels for the OMAO to meet OMAO�s scientific operational advancements in the collection of scientific data from ships, aircraft, unmanned systems and land-based facilities. The Offeror shall provide all resources necessary to successfully deliver a base of two vessels, with options for up to two additional vessels, in accordance with the Specification.� Preliminary Contract Line Item Number (CLIN) descriptions are listed below.� These descriptions are subject to change prior to the release of the solicitation. CONTRACT LINE ITEM NUMBER (CLIN) 0001, CLIN 0006- NOAA CLASS B DETAIL DESIGN AND CONSTRUCTION, VESSEL #1 (CLIN #1) AND VESSEL #2 (CLIN #6).� The Offeror shall furnish all resources necessary to perform the Detail Design and Construction of one NOAA CLASS B Vessel at the Offeror�s facilities.� The Offeror shall perform the technical, procurement, and other tasks necessary for the Detail Design and Construction of the NOAA CLASS B Vessel. �The Offeror shall provide the management effort necessary to ensure the on-schedule completion of the Detail Design and Construction. �The Offeror shall identify and take steps to correct all problems and potential problems arising during contract performance which could impact the on-schedule completion of the NOAA CLASS B Vessel.� A Crewed Survey Launch shall be included with the delivery of each NOAA Class B Vessel. OPTION CLINs 0002, 0007, 0013, 0018 � VENDOR RECOMMEND SPARES, VESSEL #�S 1, 2, 3 AND 4.� The Offeror shall provide additional repair parts, spares, special tools, and support and test equipment as required by the Government.� Orders for this effort shall be executed via bilateral contract modification. �No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative.� The stated material handling percentage proposed shall be applied to the proposed materials costs. �The material handling percentage stated in the price schedule under CLINS 0002, 0007, 0013 and 0018 includes any applicable handling charges, storage, overhead, or other costs. NOT TO EXCEED (NTE) CLINs 0003, 0008, 0014, 0019 - ADDITIONAL GOVERNMENT REQUIREMENTS, VESSEL #�s 1, 2, 3 AND 4.� Offeror shall provide support to complete load out of Vessels (including GFE installs, yard crane support, Equipment support, foundation welding, run cable, etc.). �Production, Engineering and Material Handling rates shall be submitted in the Price Schedule.� Support under this CLIN will be negotiated, funded and authorized on an as needed basis.� Authorizations shall be memorialized via bilateral contract modification. �No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative. OPTION CLINs 0004, 0009, 0015, 0020 - INITIAL OUTFITTING, VESSEL #�S 1, 2, 3 AND 4. The Offeror shall provide outfitting material as ordered by the Government. �A representative Initial Outfitting List is anticipated to be provided with the solicitation. �The Initial Outfitting List is not intended to be all inclusive and is provided as information only.� Orders for this effort shall be executed via bilateral contract modification.� No action shall be taken by the Offeror without prior approval of the Contracting Officer.� The stated material handling percentage proposed shall be applied to the proposed materials costs. �The material handling percentage stated in the price schedule under CLINS 0004, 0010, 0015 and 0020 includes any applicable handling charges, storage, overhead, or other costs. OPTION CLINs 0011 - CREWED SURVEY LAUNCHES, VESSEL #�S 1, 2, 3 AND 4. The Offeror shall furnish up to three (3) additional crewed survey launches for each vessel (up to twelve (12) in total) as identified in the Statement of Requirements.� Pricing for Crewed Survey Launches for each fiscal year shall be submitted in the Price Schedule.� Orders for this effort shall be executed via bilateral contract modification.� No action shall be taken by the Offeror without prior approval of the Contracting Officer.� NTE CLINs 0005, 0010, 0016, 0021 - SPECIAL STUDIES AND DOCUMENTATION, VESSEL #�S 1, 2, 3 AND 4.� The Offeror shall provide support to determine the potential impact on new requirements (such as equipment, technology updates, regulatory changes, etc.).� Production, Engineering and Material Handling rates shall be submitted in the Price Schedule.� Support under this CLIN will be negotiated, funded and authorized on an as needed basis.� Authorizations shall be memorialized via bilateral contract modification. No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative. OPTION CLINs 0012 and 0017- NOAA CLASS B DETAIL DESIGN AND CONSTRUCTION, VESSEL #3 (CLIN 0012) AND VESSEL #4 (CLIN 0017). The Offeror shall furnish all resources necessary to perform the Detail Design and Construction of one NOAA CLASS B Vessel at the Offeror�s facilities.� The Offeror shall perform the technical, procurement, and other tasks necessary for the Detail Design and Construction of the NOAA CLASS B Vessel. The Offeror shall provide the management effort necessary to ensure the on-schedule completion of the Detail Design and Construction. �The Offeror shall identify and take steps to correct all problems and potential problems arising during contract performance which could impact the on-schedule completion of the NOAA CLASS B Vessel.� A Crewed Survey Launch shall be included with the delivery of each NOAA Class B Vessel ordered. �Orders for this effort shall be executed via bilateral contract modification.� No action shall be taken by the Offeror without prior approval of the Contracting Officer.� The North American Industry Classification Code (NAICS) for this acquisition is 336611 with a business size standard of 1,250 employees. The acquisition will be issued as a Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiations and will be posted as unrestricted; all responsible sources may submit an offer which shall be considered by the agency. The RFP will be issued on or about third quarter FY 2022 and will be posted on the Government Point of Entry (GPE) located at www.SAM.gov. �The Government anticipates awarding a single firm fixed price contract to the Offeror whose proposal represents the best value considering price and non-price evaluation factors.� Hard copies of the RFP will not be issued.� It is recommended that Offeros monitor the GPE for the release of the RFP, specifications, drawings and all subsequent amendments.� An award is expected to be made in the Third Quarter of Fiscal Year 2023.� Delivery of Vessel #1 shall be no more than 42 months from award of Contract.� Delivery of Vessel #2 shall be no more than 54 months from award of Contract.� Delivery of optional vessels shall be no more than 24 months from exercising of option. �While the Government will establish a firm no-later-than delivery date, shipyards are encouraged to propose their own realistic delivery schedule and will be included as an evaluation factor for award.� The place of performance will be the Offeror�s Facility. Prospective offerors who are interested in submitting a proposal for this acquisition are encouraged to register with the GPE and be included on the Interested Vendors List for this acquisition. Offerors must be registered in the System for Award Management (SAM) database at www.sam.gov/portal/public/SAM; offerors must also obtain a Unique Entity ID (UID) number and provide it with the proposal.� For information concerning this acquisition, please forward inquiries via e-mail to Andrew Northcutt at andrew.northcutt@noaa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48bb43e1df39404c86e2e0995d2a6108/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06314091-F 20220504/220502230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.