Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

J -- PROVIDE REPAIRS AND SERVICES FOR THE FKNMS VESSEL R/V IRENE C

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NCND6012600012CMM
 
Response Due
3/6/2006
 
Archive Date
3/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Florida Keys National Marine Sanctuary (FKNMS), Marathon, FL to provide repairs and services for the FKNMS vessel R/V Irene C, a 61? Hatteras. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NCND6012600012CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Sep. 2005) (Sections 5, 14, 15, 17, 18, 19, 20, 26, and 31), 52.217-6 Option for Increased Quantity (Mar. 1989) {The Government may increase the quantity of items called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days prior the expiration of the current performance period. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.}, 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (Mar. 1989){ The Contracting Officer may exercise the option by written notice within 60 calendar days prior to the expiration of the current performance period. However, the Government is no obligated to exercise the option for the quantity specified. The quantities specified for the option periods are estimates only.}. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be 90 days after receipt of order}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement as specified herein; 2) Warranty and service provided. Ability to meet or exceed the Government?s minimum requirement; 3) Delivery schedule. Ability to meet or exceed the Governments delivery schedule; 4) Past Performance. Provide a list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment or services that are the same or equal; 5) Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.215-73 Inquiries (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Monday, March 6, 2006. Offers may be faxed to 816-274-6993, Attn: Carey Marlow. In addition to price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) technical proposal; 3)certification of registration in the Central Contractor Registration database; 4)a proposed delivery schedule; and 5) references for conducting past performance reviews. Price proposal shall provide a breakdown of costs. Prices shall include breakdown of total cost per line and the Grand Total cost. This is a firm fixed price solicitation. DESCRIPTION: The following is a list of needed repairs and services for the FKNMS vessel R/V Irene C, a 61? Hatteras. The boat can be seen by appointment if necessary by contacting Wayne Nowocien at 305-294-2141 or 305-360-1051. The vessel is located at the Truman Annex dock of FKNMS, Key West. Line Item 1 - Tasks 1. Haul, block, launch and lay days. 2. Clean bottom and running gear of all marine growth. Check clearance of cutlass bearings on rudders and propeller shafts. 3. Sand, prep, and paint the bottom with two coats of Trinidad Blue 70% antifouling bottom paint. 4. Replace all zinc anodes (Four 21/2 shaft zincs and 2 R7 rudder zincs) 5. Clean and service all through hull fittings, valves, and sea strainers. Any renewal or repair will require a change order to be negotiated with the Contracting Office and FKNMS inspector before renewal or repair work will be authorized. Additional monies for work under this task are subject to approval and availability of funds. 6. Remove existing rub rail and install a new rub rail of same quality and size that is between the main deck and 01 deck. 7. Remove the existing air conditioning sea water pump and install the new government furnished sea water pump. Renew all brass piping that is attached to the pump. Renew all 1 ?? hoses for the air conditioning system from the sea water strainer to the distribution manifold in the generator room. 8. Rework propellers so that the engines can gain 250 RPM. The propellers have been modified in the past. The original diameter and pitch which worked with the vessel properly was 32 X 31. 9. Remove the 4 main deck drains and their drain hoses and replace the drains, piping and hoses with new ones of the same specifications. All interferences (woodwork, overheads, etc.) shall be reinstalled to match the vessels original condition. 10. Repair starboard side hull damage to Bristol condition. Wet sand prep entire hull. Prep and prime hull as necessary. Spray paint with hull Awlgrip paint to original color. 11. Other areas to be prepped, primed, wet sanded and spray panted to original color are: a) Aft outside bulkhead of owner?s stateroom and window frame (forward bulkhead of well deck.) b) The davit support post at the main deck. c) The two window frames port and starboard side on the main deck, aft of the Salon. 12. Remove anchor windlass gearbox. Prep, prime, and paint housing. Check seals, gaskets, and change gear oil. Any problem found shall be submitted for any additional work needed and shall be submitted to the FKNMS inspector for approval of additional work. 13. The forepeak that houses the anchor windlass shall be cleaned, prepped, primed as necessary and painted with white epoxy paint. 14. Remove clean and replace center salon wheel house forward center window. Window is to be reinstalled and sealed to prevent water, moisture, and air intrusion. 15. Remove glass from aft covered open deck window frames and replace felt liners. Windows shall open and close freely, and seal properly from moisture, air, and water intrusion when work is completed. The starboard window has a crack in the glass. This window glass shall be replaced with the original tint. 16. Renew Teleflex main engine remote shut down cables. The new cables shall be adjusted so that the main engines stop running when pulled. Options ? Price Per task listed below: 1. Paint deck with white epoxy paint in generator room. 2. Sand, finish, and replace hardware for door hatches on flying bridge that gives access to underside of console. 3. Sand and finish wood trim between main deck and well deck. When finished, the area at the ladder shall have a non slip strip applied to the wood. 4. Refurbish, sand, and finish the ice machine/sink cabinet. Ice machine is to be protected while refurbishing. 5. Remove glass from port and starboard galley window frames and replace felt liners. Windows shall open and close freely, and seal properly from moisture, air, and water intrusion when work is completed. 6. Remove glass from owner?s stateroom aft window frame and replace felt liners. Windows shall open and close freely, and seal properly form moisture, air, and water intrusion when work is completed. 7. Make new cushions and install cushion hardware for seat on main deck forward of main salon. Hardware should attach to the cushions to ensure that they are permanently secured when underway or during adverse weather conditions. 8. Rebed 5 chrome stanchions for the handrail where they attach to the main deck starting at the bow and going aft on the starboard side. The objective of this work is to ensure a proper seal from the elements so that water does not leak into the overhead of the V-berth. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1- 1 Job (Task Items 1-16 as stated herein.) . $_________________ Option 1 $_________________ Option 2 $_________________ Option 3 $_________________ Option 4 $_________________ Option 5 $_________________ Option 6 $_________________ Option 7 $_________________ FOB Destination. GRAND TOTAL: $_________________ DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all 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://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: FKNMS, PO BOX 500368, MARATHON, FL 33050
Zip Code: 33050
Country: USA
 
Record
SN00978799-W 20060204/060202211747 (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.