Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

54 -- SEAWATER STORAGE TANKS

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NFFN7400-7-18391DT
 
Response Due
8/1/2007
 
Archive Date
8/1/2007
 
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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Solicitation, No. NFFN7400718391DT, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is a TOTAL small business set aside. The NAICS code for this procurement is 326199, All Other Plastics Product Manufacturing. The small business size standard is 500 employees. Background: The NOAA Fisheries Service (NFS) pumps large quantities of natural seawater from the Gulf of Mexico and it is stored in above ground, fiberglass reinforced plastic (FRP) tanks. Water is heated in some tanks to provide warm water to tropical marine animals throughout the winter months. Heated tanks are insulated with a layer of foam insulation on the outside of the FRP inner tank. The foam is protected by a layer of paint on most tanks, which has not been sufficient to protect the foam from U/V damage, wind or windborne projectiles. The foam is damaged and missing in large sections, on all tanks where there was no external protecting skin applied to the foam. The damaged foam is letting sunlight penetrate the tanks resulting in the growth of unwanted algae and also heat loss in the winter. Only the sides and domed top are insulated, there was no insulation applied to the bottom of the tanks which results in massive heat loss into the concrete slab below the tanks. None of the original tanks have either lifting lugs, or tie-downs, making them vulnerable to toppling in tropical force winds. The tanks have toppled and rolled during hurricanes in the past. There is no provision built into the current tanks for complete drainage and it is nearly impossible to remove the built up silt, bacteria, and sludge on the tank bottoms. Many of these tanks are now 30+ years old and in need of replacement. Statement of Work: The contractor shall provide replacement tanks fully insulated on all surfaces including the bottom. The replacement tanks shall have tie-downs and lifting lugs to keep them in place and aid in placement. The replacement tanks shall have an internal sloped floor leading to a drain for complete and proper drainage, and cleaning of the tanks. 2.1 Tank Specifications 2.1.2 Tank measurements shall be: 12'-0" diameter by 14'-0" sidewall height 2.1.3 Tank shall have a flat external bottom with sloping internal false bottom and domed top 2.1.4 Tank shall be fabricated with premium grade isophthalic polyester resin and a single Nexus synthetic veil for the 100-mil inner corrosion liner and premium grade isophthalic polyester resin in the outer structural overwrap 2.1.5 Tank shall be insulated with 2" Trimer 2000 polyurethane foam by Dow Chemical and 1/8" thick outer protective fiberglass skin 2.1.6 Tank shall receive a light gray exterior gelcoat with UV inhibitors 2.1.7 Tank shall be fit with the following nozzles and accessories: 2.1.7.1 Three (3) ?" FRP FNPT couplings 2.1.7.2 Six (6) 4" FRP FNPT couplings 2.1.7.3 One (1) 4" flanged and gusseted nozzle 2.1.7.4 One (1) 4" FRP gooseneck style screened vent at the top center 2.1.7.5 One (1) 24" top flanged and hinged manway with 316 stainless steel bolting and neoprene gasket. Lid shall have FRP latch suitable for locking with a padlock. 2.1.7.6 Four (4) large FRP tie down lugs (anchor bolts by others) 2.1.7.7 Two (2) large FRP lift lugs 2.1.8 The contractor shall provide separate cost break down for each of the following: 2.1.8.1 One (1) 24" side entry manway with 316 stainless steel bolting and neoprene gasket 2.1.8.2 One (1) complete FRP ladder assembly mounted on tank 2.1.8.3 One (1) set of stand-off mounts for a future FRP ladder assembly 2.1.8.4 One (1) 12" flat top manway with 316 stainless steel bolting (4 bolts) and neoprene gasket 2.1.9 Tank to be designed for UBC seismic zone 0 and 120 mph wind load. 2.2 Quoted tanks pricing includes shipping FOB Galveston, TX. Contractor's quoted price shall include offloading, and placing tanks at the Galveston Laboratory. Anchoring and anchor bolts will be provided the Government. 2.3 Quoted pricing shall be good for a minimum of 30 days from the quote date. 2.4 Quoted pricing shall not include taxes of any type. The U.S. Federal Government is tax exempt. 2.5 Fabrication drawings for Government approval will be provided within 2 weeks after receipt of purchase order for clarification of details. Government will specify the placement of nozzles and accessories. 2.6 Delivery of the tanks shall be 12-14 weeks after receipt of purchase order and clarification of details and/or drawing approval by the Government. 2.7 Contractor shall provide a quantity of three (3) tanks. Notwithstanding responses receive--it is at the discretion of the government to consider additional sources and/or consider other quotes received after close of due date if it is in the best interest of the Government. The following provisions and clauses shall apply to this solicitation: The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Provision 52.212-2, Evaluation--Commercial Items, applies. The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror who offers the lowest price (provided that the quoted equipment meets the requirements of this RFQ). A completed copy of the Provision 52.212-3, Offeror Representations and Certifications ? Commercial Items, must be included with each offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition (The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act--Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration). All other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/. Offers are due at 325 Broadway, Boulder, CO 80305 on August 1, 2007, at 5:00 p.m. Mountain Time. You may submit your quote by e-mail (preferred) or by fax. Point of Contract: Contract Specialist: Doris Turner; telephone number: 303-497-3872; Fax: 303-497-3163; e-mail: doris.p.turner@noaa.gov.
 
Place of Performance
Address: 4700 AVENUE U, GALVESTON, TX
Zip Code: 77551-5997
Country: UNITED STATES
 
Record
SN01345245-W 20070720/070718220618 (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.