SOLICITATION NOTICE
J -- Dry dock repair of USGS Research Vessel Polaris
- Notice Date
- 3/4/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, U. S. Geological Survey, U. S. Geological Survey, U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 09WRQQ0065
- Response Due
- 4/7/2009
- Archive Date
- 3/4/2010
- Point of Contact
- STEWART EVANS CONTRACTING SPECIALIST 9162789334 ;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis-Solicitation for Dry Dock Repairs to USGS Research Vessel Polaris This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A SEPERATE SOLICITATION WILL NOT BE ISSUED. The U.S. Geological Survey, Research Vessel Polaris, Menlo Park, CA, has a requirement for the following services. Dry dock services: Dry dock vessel according to docking plan supplied with the vessel, using sufficient support and shoring to prevent hogging and/or sagging. At a minimum the contractor shall; complete wash-down, with fresh water, to remove loose coating to tight wood of hull from keel to waterline inclusive, remove all marine growth, survey and sound all hull planks, sheathing and fasteners for signs of rot, deterioration, or looseness, survey drains and other hull openings, measure and record rudder pintle bearing clearance, measure and record inner and outer stern tube bearing clearances. Submit copy of the clearances as measured to the Chief Engineer in the dry-docking report. Contractor will provide the vessel with 440volt, 3phase AC power while at the shipyard or on the dry dock. Hull Painting: Apply spot coating to bare and chafed areas and (1) full coat of Ameron ABC#3 or equivalent from waterline to keel including boot top, approximate width of six inches using a paint of contrasting color to the hull paint. Reef and recaulk: A change order will be issued upon the determination of the actual footage required 400 Feet (estimated quantity is neither a maximum nor minimum). Repair damage from marine borers: A change order will be issued upon determination of the actual cubic area of required repairs (estimated quantity is neither a maximum nor minimum). 2880 Cubic Inches. Note: 2880 cu. inches is an area of 4 ft. by 5 ft. by 1 inch deep. Re-spike hull planking: A change order will be issued upon determination of the number of spikes needed. 50 Spikes Keel Coolers:Remove, clean and flush all keel coolers, (one main engine and three auxiliary engines). Inspect surrounding wood areas and thru-hull; thru-hull should only be removed if the Chief Engineer or the shipyard determines the need to do so. All coolers are to be supported to prevent damage and unnecessary strain on the units. Clean and inspect copper sheathing and fasteners, replace as needed. Paint normally obstructed areas with anti-fouling paint. Install new zincs as provided by the Contractor. Replace all gaskets as required. Reinstall all through hulls and keel coolers. Ship's personnel will refill the engines with coolant and check for leaks. Note: Keel Cooler Zincs are Walters type #ZSS 12 quantity = 3.Engine Room Sea Water Suction Valve: Remove 2" sea water suction valve in after engine room and replace with a new valve of like kind. Remove thru-hull and backing block, repair area under backing block to insure good contact and water tight integrity. Fabricate new backing block and install thru-hull with new fasteners. Wash Down Pump Suction Valve: Remove 2" sea water suction valve in forward engine room and replace with a new valve of like kind. Remove thru-hull and backing block, repair area under backing block to insure good contact and water tight integrity. Fabricate new backing block and install thru-hull with new fasteners. Bow Pump Suction Valve:Remove and replace 1" valve in port foc'sle. Check thru-hull and soundness of hull and backing block, replace with new fasteners. Thru-hull will be removed and reseated only if the Chief Engineer or the shipyard determines the need for doing so. Stern Tube: Repack the stern tube stuffing box with TEFLON type packing of suitable size, kind, and number of rings. Option Item # 1 Starboard Side Chaffing Blocks:Remove block from hull, inspect and repair area under block, plug old holes. Fabricate and install new blocks of similar size, shape and of like material using new fasteners. There are seven similar existing blocks on the starboard side. Provide pricing for replacement of each block, number of blocks to be replaced will be determined on dry dock after inspection. R/V Polaris is located at:The Port of Redwood City, CAWharf #5. No date or time for a site visit will established, however, vendors wishing to view the R/V Polaris may contact: William Scott ConardUSGS Chief Engineer R/V Polaris345 Middlefield RoadMenlo Park, CA 94025 This solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-30, dated 17 February 2009. The solicitation number for this procurement is 09WRQQ0065 and is issued as a request for quote (RFQ). This is request is issued as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 336611 with an applicable size standard of 1000 employees. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein.EVALUATION/AWARD: The Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows Lowest Price Technically Acceptable (List Technical Aspects). USGS requires the dry dock facility be within the San Francisco Bay.All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered.The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents.This solicitation incorporates, by reference FAR 52.212-1, 52.212-4. FAR 52.212-3 and 52.212-5 are attached.Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition Against Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(SEPT 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons. 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by Electronic Funds Transfer.Offerors must be aware the applicable Dept of Labor Wage Determination appllies to this acquisition. Go to http://www.wdol.gov/ to determine appropriate wage rates. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT:US GEOLOGICAL SURVEY, BRANCH OF ACQUSITIONS AND GRANTS, 3020 STATE UNIVERSITY DR EAST, STE 2002, SACRAMENTO, CA 95819 All quotes shall arrive to the attention of Stewart Evans via email at sevans@usgs.gov NO LATER THAN 2:00 P.M. P.D.T. on 7 APRIL 2009. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1442f38e943263814c7671f459630800&tab=core&_cview=1)
- Record
- SN01761322-W 20090306/090304215551-1442f38e943263814c7671f459630800 (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 |