Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

J -- Fire Main Pipe and Sea Water Pipe Cleaning

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-06-RQ-0515
 
Response Due
5/17/2006
 
Archive Date
6/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The request for quote (RFQ) number is EA133M-06-RQ-0515. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09. In accordance with 19.5 this action is reserved exclusively for small business concerns. The associated North American Industry Classification System (NAICS) code is 336611. A firm is a small business for the purposes of this requirement if it meets a size standard of 1,000 employees. The National Oceanic and Atmospheric Administration (NOAA) requires dockside repairs to NOAA Ship OREGON II in accordance with the following: - START OF SPECIFICATION - NOAA Ship OREGON II Fire Main Pipe and Sea Water Pipe Cleaning Scope of Work: Provide all materials and labor to chemically clean and flush fire main and sea water piping systems. Conduct operational tests of piping systems prior to starting work on this item. Use citric acid / sodium hydroxide or equal to remove all marine growth, loose scale, and debris from inside these piping systems. Isolate these piping systems into smaller zones to facilitate chemical cleaning and flushing. Hydrostatically pressure test these piping systems to using a test pressure not-to-exceed 125% system pressure (fire main relief pressure is set at 140 PSIG). Actual test pressure may be less, as directed by Contracting Officer?s Technical Representative given site conditions and access to fittings. Remove and dispose of all bilge slops, debris, and hazardous waste generated during this cleaning process in accordance with local and state regulations. Use bore scope, remote video camera, or equal to inspect piping systems. Reassemble all pipe fittings using new gaskets and reusing existing fasteners where applicable. Conduct operational tests with ships? pumps. Ship?s force will operate pumps and coordinate valve arrangements. Touch up disturbed coated surfaces to match surrounding colors. Use ships drawings [provided for download] as a guide. Any additional repairs will be subject to negotiated changes. Performance Period: 22 May ? 27 May 2006 Ship?s Location: Pascagoula Naval Station, located at http://www.ns-pascagoula.navy.mil/pages/station.htm. Access for ship-checks can be arranged by Port Engineer George Morris, 228-769-1155 or George.Morris@noaa.gov Notes: Ship?s characteristics are available at http://www.moc.noaa.gov/ot/ END OF SPECIFICATION The performance period is 6 calendar days, with an anticipated start date of May 22, 2006. Anticipated award date is May 18, 2006. It is NOAA?s intent to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisitions. The provision at 52.212-1, Instructions to Offerors--Commercial applies to this acquisition and there are no addenda to this provision. In accordance with 52.212-1, vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quote. [An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.] Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (5), (17), (18), (19), (20), (24), (31). No other additional contractual terms and conditions are applicable. The following Department of Commerce clauses are applicable to this procurement: 1352.217-90 Inspection and Manner of Doing Work, 1352.217-92 Performance, 1352.217-93 Delays, 1352.217-94 Minimization of Delay Due to Government Furnished Property, 1352.217-95,Additional Provisions Relating to Government Property, 1352.217-96 Liability and Insurance , 1352.217-97 Title, 1352.217-98 Discharge of Liens, 1352.217-99 Department of Labor Occupational Safety and Health Standards for Ship Repairing, 1352.217-100 Regulations Governing Asbestos Work, 1352.217-101 Complete and Final Equitable Adjustments, 1352.217-102 Government Review, Comment, Acceptance, and Approval, 1352.217-103 Access to the Vessel, 1352.217-104 Documentation of Requests for Equitable Adjustment, 1352.217-105 Change Proposals, 1352.217-107 Changes ?Ship Repair, 1352.217-108 Default - Ship Repair, 1352.217-109 Insurance Requirements, Paragraph (a)(1): $300,000.00, (a)(2): $1,000,000.00, (a)(4): Contract Number to be given at award, (a)(4): 30 days prior written notice, 1352.217-110 Guarantees. No Defense Priorities and Allocations System (DPAS) rating are assigned. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Vendors are asked to provide their (DUNS) Dun and Bradstreet nine digit number along with their quotation. Quotes are due on or before close of business May 17, 2006. Quotes may be faxed to 757-441-3786, Attention: Melissa R. Sampson, e-mailed at Melissa.R.Sampson@noaa.gov or mailed to U.S. Dept. of Commerce, NOAA, Eastern Administrative Support Center, 200 Granby Street, 8th Floor, Norfolk, VA. 23510, Attention: Melissa R. Sampson. For information regarding this acquisition, please contact Ms. Sampson at (757) 441-6561 or via e-mail at the address listed above.
 
Place of Performance
Address: PASCAGOULA, MS
Country: US
 
Record
SN01048013-W 20060517/060515220207 (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.