Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOLICITATION NOTICE

J -- Repair Barge Phantom One

Notice Date
8/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-03-T-0270
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Mattie Washington, Contract Specialist, Phone 904-542-1082, Fax 904-542-1095,
 
E-Mail Address
mattie_j_washington@jax.fisc.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 FAR 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. Solicitation number N68836-03-T-0270 and is issued as a Request for Quotation (RFQ). This procurement is set aside for small business. This announcement constitutes the request for the required services under RFQ N68836-03-T-0270. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 employees. Services, Repair Admiral?s Barge to include the following: Sand, tape-up, prime and spray from water line to rub-rail with Emron 5000 (black hull with white boot strip). Sand, tape-up, prime and spray from rub-rail up the following: House sprayed white with Emron 5000, deck non-skid to taped off and color wash applied, re-non-skid three-engine hatch covers and install one painted star in each hatch cover (blue) Haul, pressure wash, block, sand, wash and apply ?2? rolled coats of Pettit Trinidad SR, install S/S scrap rails on port and starboard step into helm area, 10 S/S chafe guards at cleats and 37 step plates on the second tear of fwd and aft cabins. Sand, prime and paint fwd and aft cabins with Emron 5000. Tape-up and apply non-skid (flat white), to second tear floor. Labor and material to repair, fabricate, remove and install the following: new foam backed marine vinyl in fwd and aft cabins, 12 windows, repair any damaged fiberglass on hull (above water line) or on the deck, new mooring bit on bow, fabricate 3-sided enclosure, new exhaust blankets, three fire extinguishers (1 fwd, 1 aft and one at helm), automatic/manual Fire Boy exhaust system in engine compartment with manual pull and LED read out at helm, polished S/S stern guards on port and starboard transom, replace deck plates with o-ring protection to replace damaged ones in engine hatch, repair insulation blankets on engine hatches, trim tabs with electronic controls. Materials used will be marine vinyl and Strata Glass. Electrical: Labor and material to repair, fabricate, remove and install the following: AC/DC electrical panel, 12 DC breakers and 6 AC breakers. Panel to be black with white letters, Phantom One, to be inlayed at top of panel, disconnect old DC panel, install AC/DC board and connect, panel cover, 35A-24V battery chargers and connect all wiring and test, disconnect and remove old engine gauges from port and starboard main engines, fabricate new teak gauge panel, install new gauges and sending units on port and starboard engines. Run new wiring, connect and test, disconnect and remove wiring for three wiper motors, install new wiring and connect, install fiberglass wire runs to conceal wire runs, Jabsco 6? remote control searchlight with 500,000 candlepower, Furuno radar, chart platter and sonar 1722C/NT, display to be mounted in power pod with two-way swivel on port side helm, wires to be run in such a way as to conceal wires, Marine Stereo/CD with 2 Nautica Maxxial Marine speakers. Speakers to be mounted on the inboard side of helm walls, install Navy furnished VHF radio in new dash console plate, connect and test, Install Navy furnished Icom 402 VHF radio on port side under radar, antenna and related hardware to make operational, disconnect and remove lights and fans in cabin overheads, new lights and fans, install courtesy in fwd and aft cabin, disconnect and remove plug on dash area in way of new woodwork, reinstall at new location and test, remove horn, send to factory for repair and install on vessel when horn comes back, (note: Manufacturer to repair Horn), shore power and adapter to 120 outlets, two outlets in fwd and two outlets in aft cabins, two commercial grade deep-cycle gel-cell batteries. Carpentry: Labor and material to strip, remove, fabricate and/or install the following: window deck sills in fwd and aft cabins, Sills to be made of Teak and Holly planks with teak trim and finished with 4 coats of Spar Marine Varnish, two cabinets with double doors made of teak inlayed with feather pattern of holly. Cabinets located in fwd cabin on aft port and starboard bulkhead and finished with 6 coats of Spar Marine Varnish, teak and holly sole in fwd and aft cabins and finished with 5 coats of Spar Marine Varnish, teak headliner in fwd and aft and reinstall in a better way, teak trim peaces around edge and hatches, strip all varnish and re-coat exterior hand rails with 5 coats of Spar varnish, leaning pads for forward end of aft cabin in coxswain?s flat and teak grab rail to be installed on port side console above radios. Outfit Items: Binoculars, 4 fenders (G-5) with felt over lay and tie lines, mooring lines (black) 8-5/8?, S/S fender holders. Point of contact is LCDR Matthew Hahne at 504-678-2883 for pickup and delivery of boats. Site visit is scheduled 28 August 2003. Contractor to repair and overhaul barge and provide 48 hours notice prior to pickup and delivery. Services to include ordering of materials and supplies, which shall begin within one (1) day after award. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002). The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated in FULL TEXT: 52.212-3 Offer or Representations and certifications-Commercial Items (JUN 2003). Within FAR 52.212-5, the following clauses apply: 52.203-6 Alt 1Restrictions On Subcontractor Sales To The Government (OCT 1995), 52.219-6 Notice of Small Business Set-Aside (OCT 1995), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C.421252.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C 4212), 52.222-3 Convict Labor (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999) (31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996). 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (JUN 2003), 52.215-5 Facsimile Proposals (OCT 1997), DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225.7014, Preference for Domestic Specialty Metals (MAR 1998), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000), DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001). Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html). Contractor must be registered in the CCR Database prior to solicitation closing date. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factor: PRICE. Quotations must be received no later than 2:00 PM ET, 9 September 2003. Quotations must be in writing and may be faxed, mailed or e-mailed to the following. Attn: Mattie Washington, Fleet Industrial Supply Center, 110 Yorktown Avenue, 3rd Floor, BLDG. 110, Naval Station Jacksonville FL 32212-0097. Contract Specialist, Telephone (904) 542-1082, Fax (904) 542-1095, E-mail: Mattie_J_Washington@jax.fisc.navy.mil.
 
Place of Performance
Address: New Orleans, LA
Zip Code: 70126
 
Record
SN00406562-W 20030821/030819214305 (fbodaily.com)
 
Source
FedBizOpps.gov 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.