SOLICITATION NOTICE
J -- Dry Dock Repairs to the NOAA Ship DAVID STARR JORDAN
- Notice Date
- 9/25/2008
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133M-09-RB-0004
- Response Due
- 1/5/2009 10:00:00 AM
- Archive Date
- 1/15/2009
- Point of Contact
- William E. Havens,, Phone: 206-526-6461
- E-Mail Address
-
william.e.havens@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Items that have been modified September 24, 2008 are indicated as bold and underlined. This updated notice supersedes the previous notice posted on August 27, 2008. NOAA's Marine Operation Center has a requirement for dry dock repairs to the NOAA ship DAVID STARR JORDAN. The contractor shall provide all facilities, supervision, material, and labor necessary to perform modifications, repairs, and preservation to the NOAA ship DAVID STARR JORDAN. The mooring and dry docking shall be accomplished at the contractor's facility. Performance of work is tentatively scheduled to begin January 15, 2009 and be completed no later than March 21, 2009. This procurement is a 100% small business set-aside. The NAICS code for this procurement is 336611 and the size standard is 1,000 employees. The work consists of approximately 15 basic items, and 15 option items. Basic work includes, but is not limited to: General Requirements for Work and Temporary Services; Provide ABS Special Survey; Accomplish Dry Docking and Undocking; Overhaul Starboard Service Diesel; Accomplish Underwater Body Preservation; Service Ground Tackle; Repair Sea Valves; Inspect and Repair Rudders; CPP and Propulsion Shafts Inspection and Repair; Miscellaneous Steel Repairs; Cathodic System Inspection; ADCP Replacement; Air Receiver Repairs; Fathometer and Speed Log Replacement; and Galley Exhaust Cleaning. Optional Items include, but are not limited to: Conversion of #3 Fuel Tank, A Frame Repair; RHIB Cradle Modification; Generator Cleaning and Repair; Trawl Sheave Maintenance; 02 Deck Nonskid Renewal; Preservation of Steering Room Bilge; Exhaust Louver Repair; Sewage and Grey Water Pump Inspection and Repair; Fairing Transducer Pod; Mess Deck Covering Renewal; Inspection of CTD and Hydro Winches; Painting Freeboard; and Wet Lab Deck Repair. General Vessel specifications: Length (LOA): 52.1 m (171 ft); Breadth (moulded): 11.2 m (36.6 ft.); Draft, Maximum: 3.8 m (12.5 ft.); Displacement: 993 tons; Gross Tonnage: 873; Net Tonnage: 262. Additional vessel specifications of a general nature can be found at http://www.moc.noaa.gov/ds/index.html. The vessel will be available for pre-bid inspection in San Diego, CA on December 16-18, 2008. A pre-bid inspection can be arranged by contacting the Contract Specialist at the e-mail address provided below. All responsible and fully responsive sources may submit a bid which will be considered by the Agency. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about December 4, 2008 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the IFB becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. Any questions regarding this solicitation must be submitted in writing via e-mail to the Contract Specialist, Will Havens at william.e.havens@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires bidders to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=75c9bbe67faffe3080896421d0d4c77c&tab=core&_cview=1)
- Place of Performance
- Address: Performance will take place at the successful bidder's shipyard facility., TBD, United States
- Record
- SN01682015-W 20080927/080925223541-75c9bbe67faffe3080896421d0d4c77c (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 |