Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

20 -- Superflood Dry Dock No. 3. located at Puget Sound Naval Shipyard, Bremerton, WA.

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, PWD Kitsap Bremerton, FEAD, 467 West Street, Bremerton, WA, 98314-5240, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N4425507C3011
 
Response Due
9/21/2007
 
Archive Date
9/21/2007
 
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 the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement, N44255-07-T-3011 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. The NAICS code for this solicitation is 488310. The size standard for a small business under this NAICS code is one that is equal to or less than $23,500,000.00 annual receipts over the last three years. This RFP is issued as a SMALL BUSINESS SET ASIDE. STATEMENT OF WORK The Contractor shall provide all labor, supervision, equipment, and materials/supplies in accordance with the requirements specified below to superflood Drydock No. 3 once for Puget Sound Naval Shipyard in accordance with all applicable local, state and Federal regulations. The Contractor shall be in place 24 hours prior to the start of work specified below. The Contractors equipment and personnel shall remain in place and on-site up to a full 96 hours at the Docking Officers discretion. The Contractor shall test, in the presence of the designated Government Representative, all pumps within 24 hours prior to the start of the evolution at the Government Facility. The duration of the pumps test shall be up to 60 minutes. It shall be the Contractor's responsibility to ensure access to the equipment for the Government Representative if the test is conducted offshore. The Contractor shall arrive at Puget Sound Naval Shipyard 29 Oct 2007 and depart Puget Sound Naval Shipyard 1 Nov 07. Superflood (docking) operations will take place on 30 Oct 07 to support docking of NAVY vessels. All docking dates and times are subject to change. Contractor should be prepared to shift schedule a minimum of one month. Puget Sound Naval Shipyard shall provide two weeks notice of changes to the current schedule. Description of Service Pump seawater from Sinclair Inlet into Drydock No. 3 with one pump at a minimum rate of thirty thousand (30,000) gallons per minute (gpm). The Contractor shall provide a pump with a minimum capacity of four thousand (4,000) gpm. The 4,000 gpm shall be utilized to maintain water level during the docking evolution. Each pump shall have a separate generator for a power source. Discharge lift head will vary with the tide conditions. The pumps are to be mounted on a barge or other type of floating platform provided by the Contractor, as no surface lay down area will be provided. The Contractor shall utilize a self-mooring barge that will hold against the pressures generated from the thirty thousand (30,000) gpm discharge. Mooring to the caisson will not be allowed. The Government will provide tug services, as necessary, to position the barge/ floating platform and ferry personnel back and forth to the barge as necessary. No utilities will be provided. This service shall require the Contractor to move the barge/floating platform from the Contractor's place of storage to Puget Sound Naval Shipyard and back. The 30,000 gpm pump and 4,000 gpm pump shall be self-priming. No shore facilities will be provided. In the event of equipment failure of the 30,000 gpm pump, the Contractor shall affect repairs or replacement as quickly as possible to resume pumping at the rate of 30,000 gpm. The Contractor shall deliver the water by shooting it over the caisson. The discharge trajectory shall be at a minimum15 feet elevation and 30 feet distance over the caisson. Hoses will not be allowed to run across the caisson or quay wall. The estimated amount of seawater to be pumped will be approximately eight (8) million gallons per evolution. The tide level and the estimated amount of leakage from the drydock will determine this. (This drydock is estimated to have a leakage rate less than 4,000 gpm.) NOTES: Equipment must have current state crane certifications, must meet all applicable PSNS crane requirements and pass inspection by the Government or be tagged out prior to arrival at PSNS. CLIN 0001 Provide all labor, supervision, equipment, and materials/supplies to superflood DD No. 3 in accordance with statement of work and terms. 1 Job $_______________ Offerors shall submit with their offer a completed copy of Federal Acquisition Regulation (FAR) provisions 52.212-3, Offeror Representations and Certifications - Commercial Items with Alternate I. Award Basis: Lowest Price - FAR provision 52.212-2 Evaluation - Commercial Items is applicable. FAR provision 52-212-1, Instructions to Offerors-Commercial , applies to this solicitation. The following clauses apply to this solicitation and the resulting award: FR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Defense Federal Acquisition Regulation Supplement (DFARS) Deviation); FAR 52.217-8 Option to Extend Services; FAR 52.222-35, Affirmative Action for disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.228-8 Liability and Insurance-Leased Motor Vehihcles; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program. All Contractors shall be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in the CCR will make an offeror ineligible for award. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil or www.arnet.gov/far. Department of Labor Minimum Wage Rates. Referenced WD 05-2559 (Rev.-3) posted on www.wdol.gov on 06/05/2007. Proposals are due on or before 3:00 PM on 21 September 2007.
 
Place of Performance
Address: PUGET SOUND NAVAL SHIPYARD, Naval Facilities Engineering Command, Northwest, NBK PWD Contracts, Bremerton, 467 W Street, Bremerton, WA,
Zip Code: 98314-5240
Country: UNITED STATES
 
Record
SN01406166-W 20070915/070913222825 (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.