Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

J -- USNS COMFORT HELO SHELTER MAINTENANCE AREA INSTALLATION

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-5152
 
Response Due
1/10/2007
 
Archive Date
1/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-07-T-5152, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 238290 applies. The small business size standard is $13.0 millions. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: STATEMENT OF WORK: This item describes the installation of the Government Furnished Helicopter Tie-Down Sockets on the port forward side of the flight deck. 2.0 REFERENCES 2.1 MSC Drawing No. 588-8194122, ?Temporary Helo Shelter Maintenance Area Arrangement and Details? 2.2 BUSHIPS Hull Type Drawing 80064-804-1213717, ?Vehicle Lashing Sockets? 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: 02 and 03 Level, Fr 42-46 3.1.2 Quantity: 36 Helicopter Tie-Down Sockets 3.2 Item Description/Manufacturer's Data 3.2.1 Bill of Material See Reference 2.1 3.2.2 Quantities are considered estimates. The installing activity shall provide exact quantities and additional material such as weld material, tape, paint, etc., which are not included in the List of Materials, in order to install a fully functional system which meets the requirements of this specification. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment (GFE) 4.1.1 36 Helicopter Tie-Down Sockets, Washington Chain, 1/2" THK x 9-3/4? DIA, flush cloverleaf sockets. 4.2 Government Furnished Material (GFM): None 4.3 Government Furnished Services (GFS): None 4.4 Government Furnished Information (GFI): None 5.0 NOTES 5.1 The installing activity and all subcontractors, regardless of tier, must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors, regardless of tier, must comply with the requirements of all applicable GTRs, including, but not limited to, GTRs 1 through 7, 22, 24, 25, 26, 28, and 29. 5.2 The contractor and all subcontractors, regardless of tier, are advised to review other Work Items to determine their effect on the work required under this Work Item. 5.3 Prior to installation, final locations for all equipment shall be determined by the MSCREP. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangement/Outfitting: None additional 7.2 Structural 7.2.1 Modifications a. The contractor shall temporarily remove all interferences necessary to accomplish this specification item and re-install when complete. b. The contractor shall temporarily remove insulation in way of hot work and re-install when complete. c. Remove non-skid on Helo Deck in way of new Helicopter Tie-Down Sockets, using Reference 2.1 as guidance. 7.2.2 Installations a. Install Helicopter Tie-Down Sockets on port forward area of Helo Deck, using Reference 2.1 as guidance. b. Install 3 x ? FB as the under-deck header to be installed between stiffeners under each high-point mounting station, using Reference 2.1 as guidance. 7.3 Mechanical/Fluids: None additional 7.4 Electrical: None additional 7.5 Electronics: None additional 7.6 Preparation of Drawings/Documentation 7.6.1 Prepare as-built drawings to reflect work required by this work item. Drawings as a minimum shall include: a. Temporary Helo Shelter Maintenance Area Arrangement and Details 7.6.2 Develop a detailed Test Procedure to accomplish testing of the Helicopter Tie-Down Sockets. 7.6.3 Submit a copy of the test procedure developed in paragraph 7.6.2 to the MSCREP, ABS, and USCG Inspectors for review and approval prior to accomplishing any testing. 7.6.4 Submit reports to the MSCREP, ABS, and USCG inspectors listing the results of all tests. 7.7 Inspection/Test 7.7.1 Helicopter Tie-Down Socket testing shall be performed, using Reference 2.2 as guidance. 7.8 Painting/Deck Coating 7.8.1 Paint all new and disturbed surfaces to match surrounding surfaces. 7.8.2 Repair non-skid coating in way of the new Helicopter Tie-Down Sockets. Non-skid shall be applied in way of the new sockets similar to that around the existing sockets. 7.8.3 Paint deck areas in way of Helicopter Tie-Down Sockets to match color of surrounding non-skid. 7.9 Markings 7.9.1 Install name plates, notices, and markings for all new and modified systems. 7.9.2 Apply white helicopter wheel box markings using Reference 2.1 as guidance. 7.10 Manufacturer?s Representative: None 8.0 GENERAL REQUIREMENTS 8.1 The contractor shall provide all labor and material to accomplish this specification item. 8.2 Before any removal work begins, ensure all affected piping and/or components are isolated. 8.3 Inspection and acceptance of work shall be by the MSCREP, ABS, and USCG as required. 8.4 All welding and fabrication shall be in accordance with the ABS and USCG. FOB Destination at USNS COMFORT located in Baltimore, MD 21224; Canton Pier 11, the POC on the ship is Mr. Ray Smith and he can be contacted via phone at: 410-631-9101 or via e-mail at: Required Period of performance from: 15 Jan 2007---20 Feb 2007. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 10 Jan 2007, 12:00 A. M. Offers can be emailed to andres.medina@navy.mil or faxed to 757-417-4606 Attn: Andres Medina. Reference the solicitation number on your quote.
 
Place of Performance
Address: USNS COMFORT, BALTIMORE, MD 21224, CANTON PIER 11
Zip Code: 21224
Country: UNITED STATES
 
Record
SN01207428-W 20070110/070108220955 (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.