Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOLICITATION NOTICE

99 -- BOAT INSPECTIONS

Notice Date
3/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133W-09-RQ-0286SLW
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, Florida Keys National Marine Sanctuary in Silver ;Springs, MD, intends award a blanket purchase order to perform inspections of Florida Keys National Marine Sanctuary Class I & II vessels. Qualified individuals must be accredited by the Society of Accredited Marine Surveyors (SAMS®) or the National Association of Marine Surveyors (NAMS). Inspection standards are to be based on applicable American Boat and Yacht Council Standards, 46 CFR, 33 CFR, NFPA 302, NAO 209-125 (http://www.corporateservices.noaa.gov/~ames/NAOs/Chap_209/209_125.pdf), and United States Coast Guard inspection criteria. Some items may not apply to all boats. Evaluators are responsible for determining applicable items. The vendor will work with the FKNMS to fulfill the NOAA Small Boat Procedures and Requirements Inspection Requirements in NAO 209-125. Inspections shall be performed according to the requirements in the NAO 209-125 on the following schedule. Class I vessel: 16ft to less than 26ft. SBEX required every three years. (tri-annual)- approx. 15 vessels in inventory Class II vessel: 26ft to less than 40ft. SBEX required every other year. (bi-annual)- approx. 13 vessels in inventory Supplies, equipment, and personnel shall be provided by the vendor. Tasks: Inspections will be conducted as needed to meet the requirements set forth in NAO 209-125. Reports and forms will be in accordance with NAO 209-125. 1. Stability determination based on load, rigging and outfitting with respect to the vessel is working environment and employment. 2. Visual inspection of hull, topsides, deck areas and accessible below deck spaces. Provide Percussion testing and/or moisture readings of hull, bulkheads, and decks in accordance with standard marine survey practices. 3. Inspection and verification of minimum required safety, navigation, and communications equipment as specified in the NOAA Small Boat Standards and Procedures Manual, Appendices J and K. 4. Visual inspection of through hull fittings, seacocks and related hoses and clamps. 5. Visual and operational tests of bilge pumps and float switches. 6. Visual inspection of fuel tanks and related hoses, clamps and vents where accessible. 7. Visual inspection of electrical systems to include wiring, wire terminals, batteries, battery switches, panels, breakers and related switches. 8. Visual inspection and testing of propulsion machinery, controls, cables and gauges. 9. Visual inspection and testing of steering system components including hoses, linkage, fittings and single point failure items. Vessels will be located in Monroe County, Florida in the Florida Keys National Marine Sanctuary.. The estimated annual cost is not to exceed $3,000.00. This is a small business set-aside. The NAICS code for this action is 541990 Business size standard not to exceed $7.0M. This service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. Interested parties can request a copy of the Request for Quotation on or about February 20, 2009. Potential vendors are encouraged to return to this site to obtain the Request for Quotation. Faxed requests can sent to 816-274-6983, Attn: Sharon Walker. The government requires that all contractors doing business with the government must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must 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. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-426-7470. Attn: Sharon Walker.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a1e72e354817369acecf057f1b6f8d5&tab=core&_cview=1)
 
Record
SN01759677-W 20090304/090302215022-ed1b381f3cbadab48e3af821de947aa8 (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.