Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

20 -- USNS Grapple - 1) Hull Pentration Removal, and 2) Renewal of Fuel Return Piping

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N2144183100046
 
Archive Date
12/9/2008
 
Point of Contact
Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
N/A
 
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 N21441-8310-0046, 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 2005-26. NAICS 336611 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a firm fixed price purchase order for USNS GRAPPLE for the following two job orders (please indicate the Job number when submitting any quotes/bids).: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: JOB 1 Hull Penetrations: 1.0ABSTRACT: This item describes the requirement to crop out hull penetrations formerly used for damage control and serve no purpose in the current ship’s damage control doctrine. Insert plate in way of the removed penetrations. 1.1 Period of performance is 1 – 11 December 2008. 2.0REFERENCES 2.1ABS Rules for Building and Classing Steel Vessels (Latest Revisions) 2.2 Enclosure 1. List of DC Hull Penetrations 3.0ITEM LOCATION/QTY/DESCRIPTION 3.1Locations 3.1.1Twelve (12) hull penetrations listed in enclosure 1. Estimate 15# ABS plate. 4.0GOVERNMENT FURNISHED SERVICES 4.1ABS Surveyor 5.0NOTES 5.1The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR) to determine applicability to this work item. 5.2Ship check to determine exact area and size for plate inserts. All insert size and design must meet ABS requirements. 6.0QUALITY ASSURANCE REQUIREMENTS: None additional 7.0STATEMENT OF WORK REQUIRED 7.1Provide all labor, materials, rigging and float barge to crop out the existing twelve (12) DC Hull Penetrations listed in enclosure 1. 7.2Fit new hull plate in way of the removed penetrations as per ABS recommendations. Estimate at least a 12”X12”X 15# plate for every penetration. 7.3Weld each insert per ABS requirements. 7.4Gas Free (safe for men and hot work) all affected spaces and maintain daily competent person air sampling and recording. 7.5Provide proper Fire Watches. Fire Watches shall be maintained at all times during “Hot Work”. 7.6All steel plate to be ABS Certified plate. ABS Surveyor to review and approve material certification and exact locations. All welders shall be certified by ABS to the proper welding procedure. 7.7Remove and replace with new, all lagging in way of this work. Provide new lagging in way of penetrations. 7.8Paint all new and disturbed surfaces to match existing. Match the existing primer and top coats inside and out. All paint will be supplied by MSC. Contractor to supply all painting tools and thinner. 7.9Testing/Inspection 7.9.1Notify the local ABS surveyor to witness Inspections, surface preparation, the initial “fit-up” of the steel plate before any welding commences, the initial “root pass” of the weld, the Final Production welds and NDT for each production weld as required by ABS. Fees for ABS will be paid for by MSC. 7.10 Provide an as built drawing showing the rip outs and inserts. Obtain a new drawing number from the Port Engineer. (Enclosure 1) ARS CLASS - DC Hull Penetrations LocationCompartmentRemarks 1-76-1Welding Bench, Winch Room 1-76-2Dive Locker 1-42-1Log OfficeRemoved on GRAPPLE 1-40-2Chief Engr Office 1-35-13 A/E Stateroom 1-35-2Crew Shower 1-18-1MDSU Officer Stateroom 1-18-2CPO Stateroom 1-8-1Anchor Windlass Room 1-8-2Anchor Windlass Room 2-81-2Supply Office 2-87-1Aft Salvage Locker 2-87-2Aft Salvage Locker (In Cage) JOB 2 Renewal of Fuel Return Piping: 1.0ABSTRACT: This item describes the requirement to renew the fuel return piping from the 2SGA to the AMR service tanks. 1.1 Period of Performance: 1-14 December 2008 2.0REFERENCES 2.1ABS Rules for Building and Classing Steel Vessels (Latest Revisions) 2.2 Ships drawings located on board the ship. 3.0ITEM LOCATION/QTY/DESCRIPTION 3.2Locations 3.2.1AMR, lower level 3.2 Estimated material: 3.2.1 Approximately 45 feet of 1” steel pipe, 8 feet of ¾” steel pipe, (2) ea. TEE’s 1” with ¾” branch. (1) ea. 1” TEE, (7) ea. 1” 90 deg. ELBOW, (6) ea. ¾” 90 deg. ELBOW, (2) ea. ¾” check valves. 4.0GOVERNMENT FURNISHED SERVICES 4.2ABS Surveyor 5.0NOTES 5.3The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTR) to determine applicability to this work item. 5.4Ship check to determine exact material requirements. Paragraph 3.0 above is given as an estimate only. All material must meet ABS requirements. 5.5Ships force will tag out/lockout the 2SGA service tank isolation valves. 6.0QUALITY ASSURANCE REQUIREMENTS: None additional 7.0STATEMENT OF WORK REQUIRED 7.11Provide all labor and material to remove existing and replace the piping and fittings listed in paragraph 3.0. 7.12Before pipe replacement, disconnect the flanged piping from the 3-38-2 and 3-38-3 F.O. service tank motor operated shutoff valves in the presence of a ships force representative. Drain the entire system. 7.13All welding shall be in accordance with ABS requirements. 7.14Gas Free (safe for men and hot work) all affected spaces including bilges. Maintain daily competent person air sampling and recording in accordance with state and federal regulations. Ensure all fuel is blown out and there is no leaking during hot work. 7.15Provide certified Fire Watches. Fire Watches shall be maintained at all times during “Hot Work”. 7.16All new material shall be ABS Certified. All welders shall be certified by ABS to the proper welding procedure. 7.17Paint all new and disturbed surfaces to match existing. Match the existing primer and top coats inside and out. All paint will be supplied by MSC. Contractor to supply all painting tools and thinner. 7.18Testing/Inspection 7.18.1Notify the local ABS surveyor to witness inspections, Fees for ABS will be paid for by MSC. 7.18.2Perform a hydrostatic test of the piping in accordance with ABS requirements and to be witnessed by the ABS surveyor and Chief Engineer. 7.18.3Thoroughly clean and flush the new F.O. piping internals prior to final reassembly. 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 Representation. 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) 443-5979. The following numbered notes apply to this requirement: N/A 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. Responses to this solicitation are due by 24 Nov 08 @ 0900 A.M. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26b6bf2d079cf7212d447c95f6de48b1&tab=core&_cview=1)
 
Place of Performance
Address: St. Helena's Annex, Norfolk, Virginia, 23523, United States
Zip Code: 23523
 
Record
SN01708222-W 20081122/081120220428-26b6bf2d079cf7212d447c95f6de48b1 (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.