SOLICITATION NOTICE
20 -- Drydock, Service, & Repair R8001 Laurentian Vessel
- Notice Date
- 12/18/2024 9:04:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- 1305M325Q0038
- Response Due
- 12/30/2024 3:00:00 PM
- Archive Date
- 01/14/2025
- Point of Contact
- HERRERA, MARILYN, Phone: 303-578-2707
- E-Mail Address
-
MARILYN.HERRERA@NOAA.GOV
(MARILYN.HERRERA@NOAA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Dry Dock Service and Repair for NOAA GLERL R8001 Laurentian Vessel (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0038. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 (Nov 2024). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 336611. The small business size standard is 1,300 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 Dry dock service and repair the R8001 Laurentian vessel for the office of the Great Lakes Environmental Research Laboratory in Muskegon, MI, in accordance with the Statement of Need. Deliver by 05/01/2025. (vi) Description of requirements is as follows: See attached Statement of Need which applies to this requirement. BRAND NAME REQUIREMENT: Duramax is a brand name for replacement O-Rings for the existing Duramax shaft seal. These O -Rings must be replaced after the shaft is removed for service. They are proprietary rings only available from Duramax. (vii) Date(s) and place(s) of delivery and acceptance: Vessel Availability: Date of award through 05/01/2025 Place of Performance is vendor location. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Nov 2024), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 4:00 PM MST/MDT on 12/30/2024. All quotes must be submitted electronically via email to Marilyn.Herrera@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Marilyn.Herrera@noaa.gov by 4:00 PM MST/MDT on 12/27/2024. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO MARILYN.HERRERA@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 PM MST/MDT on 12/27/2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to Marilyn.Herrera@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 1. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021). Offerors who do not provide all evaluation criteria may not be considered. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; 1. Technical Acceptability/Capability. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to those Government and commercial activities provided by the offeror in their submission, and email the completed survey form directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation and to contact references for verification or additional information. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 2. Price. The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) STATEMENT OF NEED (SON) Laurentian Dry Dock Work NOAA Great Lake Environmental Lab Lake Michigan Field Station R8001 Laurentian Dry Dock Service and Repair FY2025 Requisition 145025-25-0006 1. General: Dry Dock Work SON � NOAA Research Vessel Laurentian (R8001) - Rev 1 Period of Performance: Ship will be available for this work from time of award through 5/01/2025 2. Background: We are a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. The Lake Michigan Field Station (LMFS) in Muskegon, MI is a government owned facility in support of all missions of the Great Lakes Environmental Research Laboratory (GLERL) in Ann Arbor, MI. Vessel support is a large part of the LMFS function and includes operating vessels that need to function safely and properly in time for field season startup work in the spring. A vendor is needed to provide all materials and labor to drydock, service and repair R8001 vessel. Awarded shipyard must be able to haul out the vessel and have the resources to complete the scope of work during the winter months. 3. Objective To provide materials & labor to service and repair the R8001 Laurentian vessel. 4. Specific Tasks/Items: 4.1. Haul and dry dock a. 130 GT, 80� LOA X 26�B b. Lift by dry dock, travel lift or crane is acceptable c. Temporary electrical service (208V 3-Phase) is required to ship systems during this project 4.2. Hull service - a. Remove all marine growth and mussels from surfaces below the waterline including the sea chest. b. Use water or media blast and manual scrapping as necessary c. Clean generator grid coolers (2, 24�x36�each) to bare metal d Replace 16 bolt-on sacrificial anodes - Magnesium e. Hull gauge testing. Provide for 50 ultrasonic shots of underwater surfaces as identified by Government representatives. 4.3. Prep and paint hull - keel to rail a. Below the waterline. Total square footage is approximately 2400 sq.ft. - Sweep blast surface to commercial standards for primer adhesion. = Apply a coating of high solids polyurethane gray epoxy per manufacturer's specifications for build and application. - Apply a coating of ablative antifouling paint over the scheduled epoxy coating per manufacturer's specifications for build and application. b. Waterline to rail, including aft deck bulwark. Total square footage is approximately 1800 sq.ft - Sweep blast surface to commercial standards.Spot prime all bare metal. - Apply topcoat (blue per Government approval) per paint manufacturers specifications on preparation, build and application - Maintain waterline marks and stripe (white) - Government will provide transom graphics for yard application - Forecastle white does not need painting unless disturbed by lower paint work (blue areas) 4.4. Inspect shaft bearing liners and stern tube bearings clearances *Note: BRAND NAME Duramax* a. Shaft is 22.5� long, 6�diameter and 3200 pounds b. Removal of rudder is required to accommodate shaft removal. Inspect and report on the condition of rudder stock and bearing surfaces. c. Government representatives will provide oversight of the disassembly of the connections to the CPP transmission unit. d. Dispose of shaft hydraulic oil (12 gallons). Government will provide new hydraulic oil for recharging the system after reinstalling. e. Inspect two shaft liners. Measure and report on runout and condition - Lengths -Aft 25 � �, Fwd 18�. - Material � Naval bronze �G� or Carbon steel with Nickle Chrome Boron (NCB) coating to meet Duramax approval - Provide provisional cost for liners and bearings should replacement be warranted. f. Inspect and report on two stern tube bearings - condition and runout - Provide a provisional cost for bearing replacement should conditions warrant - Naval Brass shelled Nitrile lined solid flanged bearing - Duramax # 861782101 g. Replace the CPP push rod seal - Push rod seal provided by the Government. 4.5. Replace a shaft dry seal O-rings a. Duramax DryMax Seal assembly model 700-0700 b. Include 1 spare sealing ring and garter spring 4.6. Service Controllable Pitch Propeller (CPP) propeller hub a. CPP is a Liaaen-Wegner model 41 b. Remove blades from hub and polish c. Disassemble hub shroud and assist Government representative with inspection of internal components d. Install new blade, hub and push rod seals. Seals provided by the Government. e. Reinstall hub assembly and push rod to shaft. Reinstall shaft assembly to vessel. Connections and adjustments to the CPP will be directed by Government representatives. f. After reinstall, measure blade travel from zero to full ahead and astern positions. Government will supply oil for recharging the CPP system 4.7. Remove and inspect main chest valve a. Provide a provisional cost for valve replacement if warranted. Valve is a 3� gate valve with a handwheel. b. Inspect sea chest and grating to ensure that all marine growth has been cleared 4.8. Black water holding tank renovation a. Tank top sheeting and framing requires replacement = Tank volume is 2000 gallons - Tank top is approximately 150 sq.ft. Existing framing is 3�x3� angle on 18� centers - Berthing space above tank top will be gutted to framing prior to arrival - Halon suppression tanks will have to be removed during renovation and reinstalled upon completion. b.Maintain vent, sounding and pump discharge connections c. All tank interior surfaces shall be prepared for subsequent epoxy paint per manufacturer specifications. Paint shall be specifically for black water applications. 4.9. Fuel tank cleaning and inspection a.Port and starboard diesel fuel tanks require cleaning and inspection - Tanks will have minimal fuel upon arrival. Total capacity is 4500 gallons each side. - Fuel tanks are adjacent to black water tank renovation which would require gas-free conditions b. Off load and dispose of remaining fuel. Enter and manually remove all residual material. c. Inspect condition and function of pick-up pipes and valves d. Replace with new access cover gaskets on each tank 5. Place of Performance: Vendor location. 5. Technical Contact: TO BE PROVIDED AT TIME OF AWARD
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/857cf7c8c33b4406b57fb8b95adb16e9/view)
- Record
- SN07296138-F 20241220/241218230113 (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 |