Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

20 -- REPAIR SHIPBOARD HVAC

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5286
 
Point of Contact
Patricia D Lathan,, Phone: 757-417-4599
 
E-Mail Address
patricia.lathan@navy.mil
 
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 N40442-08-T-5286, 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 2005-23. NAICS 238990 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set -aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to repair shipboard HVAC ducting and piping systems onboard the USNS Comfort. Provide services of a qualified marine repair firm specialized in HVAC Ducting and Piping Repairs to repair wasted section of the ducting and steam heater, drain and supply piping. A. GENERAL REQUIREMENTS: 1.Contractor shall provide all labor, OSHA approved staging, tools, hardware, consumables, temporary lighting and ventilation to accomplish this work as a turnkey project. Contractor shall not use ship’s tools and hardware during the execution of the job. 2.Contractor shall dispose of all liquid and solid waste generated during this work in accordance with local, state and federal government all applicable rules. 3.Contractor shall clean, prepare and paint to match all disturbed surfaces and repair or replace all insulation during this work. 4.All paint required for this work will be provided as GFM. Contractor shall ask required from S/F when needed. 5.All piping shall be off schedule 80 seamless steel. 6.Steam valves shall be 300-psi rated steel for 125-psi steam service. B. STATEMENT OF WORK: •Ducting Repairs 1.Remove the 1-130-1 supply fan ducting in EDG Room between bulkhead square flange and fan motor round flange including steam heater coil and transport to shop for repairs. When all repairs complete transport sections back to ship for reinstallation. 2.Remove the screen from STBD side and mechanically clean to SSPC SP-11 the entire plenum from the screen opening to interior square flange in EDG room. Apply one coat of RED IP 262 as primer, one coat of GRAY IP 262 as barrier coat and one final coat of WHITE IP 262 as topcoat. Paint will be provided as GFM. Reinstall screen when paintwork is complete with CFM new hardware. 3.Provide and install a new steam heater as original. Fabricate new ducting off 10 gauge galvanize sheet metal including new flanges. Upon completing of welding and production work apply galvanize paint to all seams and worked surfaces by brush. 4.Reinstall newly made ducting with CFM new gaskets and fasteners. 5.Install insulation from bulkhead flange to motor flange on new ducting. Apply WHITE paint upon completion of all repairs on newly insulated ducting. •Piping Repairs 1.Remove the 90-degree elbows from steam supply and condensate return lines for steam heater. Install T connections on both piping. Connect horizontal lines to steam heater as original. 2.Extend both piping vertically upward, penetrate the overhead deck plate and enter in EDG radiator room. Deck plate penetration shall have seal welded steel deck collars and both pipes shall be seal welded to collars below and above deck. Pipes shall be raised 2 feet above deck and two 90-degree elbows, 1-foot piping on each elbow and CFM new two (2) each welded steel valves installed on each end of the 1-foot section. Discharge of the valves shall have 1-foot pipe sections welded and welded end caps installed. Contractor shall install pipe hangers to support the under deck and above deck of the newly installed piping. 3.Upon completion of all production welding apply 225-psig hydrostatic pressure to 15 minutes to prove MSCREP all welded seams are leak free. Contractor shall fix all leaks appeared during testing. Paint all new piping with HIGH TEMPERATURE paint prior to insulation. 4.Upon completing of successful hydro testing and when paint is cured install new insulation on newly install piping under and above deck. Apply WHITE paint on new insulation. POC: 1AE Matt Clark, Phone: (410) 631-7462 Email: Matthew.M.Clark.CIV@msc.navy.mil Port Engineer Deniz Ovecoglu, Phone: (619) 571-1043Email: deniz.ovecoglu@navy.mil deniz.ovecoglu.CIV@msc.navy.mil The period of performance is 09 May – 25 May 2008. 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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 additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. 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. Also include the number of labor hours, the hourly rates, number of travel hours, and rates. Parts including part numbers and prices, airfare, travel, per diem, or any other charges should be itemized on your response. Responses to this solicitation are due by 24 April 2008, 04:00 P.M. Offers can be emailed to patricia.lathan@navy.mil or faxed to 757-417-4606 Attn: Patricia Lathan. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=099c3a7ee6e8f213e350ff95c1c7dd82&tab=core&_cview=1)
 
Place of Performance
Address: BALTIMORE, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN01557830-W 20080423/080421214857-099c3a7ee6e8f213e350ff95c1c7dd82 (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.