Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOURCES SOUGHT

H -- To inspect, pretest, and recondition ship's fire fighting system in preparation for regulatory body inspection and testing. ABS Certified prefered.

Notice Date
8/6/2007
 
Notice Type
Sources Sought
 
Contracting Office
DOT/Maritime Administration, WR Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4Q07024
 
Response Due
8/15/2007
 
Archive Date
8/5/2008
 
Small Business Set-Aside
Total Small Business
 
Description
1. The solicitation number is DTMA4Q07024 is being issued as a request for quotation (RFQ). 2. This action is set aside to small business under NAICS Code 811310 COMMERICAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE. 3. 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; proposals are being requested and a written solicitation will not be issued. 4. Responses are due 8/15/2007 at 1:00 p.m. P.S.T. by email or fax to the attention of Debra Velmere, Contracting Officer. Please include the RFQ number in the correspondence.Debra Velmere, debbie.velmere@dot.gov, Phone (415) 744-4140, FAX (415) 744-2576. 5. Offerors are to provide a statement a. describing the company and the services they provide. b. describe past performance experience as it pertains to providing services to a vessel(s), (if any). c. state whether your company is ABS certified. 6. Point of Contact: Debra Velmere, debbie.velmere@dot.gov, Phone (415) 744-4140, FAX (415) 744-2576. 7. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18 Effective on June 30, 2007. 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. There are no addenda to the provision. 52.212-2, Evaluation?Commercial Items, applies to this acquisiton. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, past performance and price. 52.212-3, Offeror Representations and Certifications?Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications 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 (j) of this provision. 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and there is no addenda to the 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 clauses are applicable to the acquisition. 52.204-07 Centract Contractor Registration 52.219-08 Post Award Small Business Program Rerepresentation 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 8. ABSTRACT: This item describes the requirement for the contractor to inspect, pretest, and recondition ships fire fighting system as described below in preparation for regulatory body inspection and testing on 20 September 2007. System Description and Quantity 1. Four (4), 525 - Pound: Halon 1301 Cylinders 2. Four (4), 450 - Pound: Halon 1301 Cylinders 3. Two (2), 175 - Pound: Halon 1301 Cylinders 4. Two (2), 200 - Pound: Halon 1301 Cylinders 5. Nine (9), 200 - Pound: CO2 Pilot Cylinders 6. Two (2), 125 - Pound: Fixed CO2 System - Type-ER-2 7. Two (2), 10 - Pound: Fixed CO2 System - Type FE241 8. Karboly II System: Fixed Wet Chemical System, TYPE PRCB-1 - a) One (1) - Karboly II, 2.5 Quart Cylinder and b) One (1), 30 PSI - Nitrogen Cylinder. 9. Portable Extinguishers: CO2 - a) Eight (8), 15 - Pound, b) Two (2), 17 - Pound, c) Two (2), 20 - Pound, and d) Three (3), 5 - Pound. 10. Portable Extinguishers: Dry Chemical - a) Twenty-four (24), 10 - Pound, b) Four (4), 20 - Pound, c) One (1), 35 - Pound, d) Three (3), 6 - Pound, and e) Eight (8), 5 - Pound. Location 1. Main Generator Room 3-34-0 [Stowage Room 1-40-1] 2. Main Propulsion Motor Room 3-60-0 [Halon Stowage Tunnel 3-72-1] 3. Bow Thruster Room [Halon Stowage: Main Deck Forward] 4. Emergency Diesel Generator 01-6-0 [01 Deck Doorway 01-6-0] 5. Main Motor Propulsion Room, P/S Sides, Upper Deck, Inboard of Motors 6. 02 Deck, Port Side, Aft - Paint Lockers Fire Boy Manual/Automatic System 7. Galley 1-42-1 Gaylord Hood Range Guard Automatic Sprinkler 8. Portable Fire Extinguishers: CO2 and Dry Chemical - In accordance with Fire Protection Arrangement Plan No.: 0721-610-01 9. STATEMENT OF WORK: In conjunction with ship's force, Contractor shall perform operational simulation tests of all systems to ensure proper operation of all remote releases, ventilation shutdowns, time delays, and system alarms prior to the scheduled USCG Inspection on 20 September 2007. Isolate the fire fighting system as described above. Disconnect all actuator hoses, pilot hoses, discharge connections, and actuator mechanisms, as may be necessary, to perform testing and inspections of the fire fighting system. Upon completion of pre-testing, Contractor shall submit "As Found" condition report to the MARAD DPO denoting the overall condition of equipment; listing all discrepancies and deficiencies found, and recommended repairs, together with estimates. Any additional work as a result of these inspections shall be subject to a Change Order and prior approval by MARAD DPO. The contractor shall affect all repairs and adjustments, as required, to restore the ship's fire fighting system to a fully operational status. During the course of servicing, inspections, and repairs, Contractor shall ensure that the fire fighting system is isolated and spaces where work is being performed are properly protected. Inspection and Testing The contractor, in conjunction with ship's force, shall demonstrate the operational readiness of the fire fighting system to the satisfaction of the attending USCG Inspector and ABS Surveyor. . a) Contractor shall submit "as found' condition report to the MSCREP, in triplicate, denoting conditions found with recommended corrective action. b) Each cylinder shall be weighed and liquid level checked and recorded on each bottle. c) Upon restoration, each system shall be subjected to simulation test. d) The contractor shall inspect and weigh all portable fire extinguishers. Upon completion all cylinders shall be properly tagged. e) Upon satisfactory completion of all work and inspections, Contractor shall deliver a preliminary completion report, together with a certificate of inspection to the Chief Engineer. f) The contractor shall inspect all alarms, hoses, discharge nozzles, test all control cables, and time delay releases. NOTES: Deep Fat Fryer has been disconnected and isolated from the system. Firefighting System documentation and equipment list are available on board the vessel. All testing and inspections shall be carried out to the satisfaction of the Chief Engineer and the attending Regulatory Body Inspectors. PERFORMANCE CRITERIA / DELIVERABLES: 1) Provide a final typewritten report, together with Certificate of Inspection, in triplicate, to the Chief Engineer within thirty (30) days of work completion, fully describing in detail the scope of work and repairs performed. 2) Contractor shall develop a comprehensive inventory list of all firefighting equipment and deliver a typewritten inventory list to the Chief Engineer within thirty (30) days of work completion. 3) All deliverables shall be FOB Traverse City, Michigan. Estimated Start Date: 03 September 2007 Completion Date: 14 September 2007 USCG Inspection Date: 20 September 2007
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MR693800&objId=312169)
 
Place of Performance
Address: Traverse City, Michigan
Zip Code: 49686
Country: USA
 
Record
SN01363137-W 20070808/070806220616 (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.