SOLICITATION NOTICE
19 -- Haul-Out and Repairs to the NOAA R/V Gloria Michelle - Statement of Work
- Notice Date
- 8/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133M-10-RQ-1315
- Archive Date
- 9/16/2010
- Point of Contact
- Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
- E-Mail Address
-
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-10-RQ-1315, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-44. The U.S. Dept of Commerce, NOAA Research Vessel Gloria Michelle, NMFS/NEFSC. 166 Water Street, Woods Hole, MA has a requirement for haul-out and repairs in accordance with the attached Specifications. SCHEDULE OF SUPPLIES AND/OR SERVICES CLIN - Specification Work Item Title Unit Price Unit Qty Extended Price 0001 - Haul-Out and Block Vessel $ ________ JOB 1 $ _____________ 0002 - Replace Wasted Steel on House Overhead $ ________ JOB 1 $ _____________ 0003 - Shore Power Service $ ________ JOB 1 $ _____________ 0004 - Strip and Paint Below Waterline $ ________ JOB 1 $ _____________ 0005 - Install Raymarine through Hull Transducer SS260 $ ________ JOB 1 $ _____________ 0006 - Painting of Steering Flat $ ________ JOB 1 $ _____________ TOTAL BASE ITEMS (0001-0006): $____________________ ADDITIONAL ITEMS - GROWTH Note (1): These CLINS (0007 - 0008) relate to Growth Work. The Unit Price Column will be used throughout the life of the contract if growth work is added to the scope of the contract. If Additional Item Requests (AIRs) are issued, these items will be awarded at the quantities needed via a contract modification. The quantity shown is an estimate only and may be exceeded at the unit prices offered. [See Section H, CAR 1352.217-107] CLIN - Specification Work Item Title Unit Price Unit Qty Extended Price 0007 - ADDITIONAL ITEM REQUESTS (AIRS)/GROWTH LABOR $_____ HRS Est. 45 $__________ 0008 - ADDITIONAL ITEM REQUESTS (AIRS)/GROWTH MATERIAL MARK UP/HANDLING FEE _______% DL Est. $5,000.00 $________ OPTION ITEMS Option 0009 - Perform Ultra-Sonic Testing (UT) of Hull Plating $ ________ JOB 1 $ _____________ Option 0010 - Hull Plating Repair$ ________ JOB 1 $ _____________ Option 0011 - Strip and Paint above the Waterline $ ________ JOB 1 $ _____________ Option 0012 - Spot Paint hull above the Waterline $ ________ JOB 1 $ _____________ Option 0013 - Painting of Lazarette Bilges $ ________ JOB 1 $ _____________ Option 0014 - Painting of Fishhold Bilges $ ________ JOB 1 $ _____________ Option 0015 - Painting of Engine Room Bilges $________ JOB 1 $ _____________ Option 0016 - Replacement of Side Rails$ ________ JOB 1 $ _____________ Option 0017 - Replacing Existing Multibeam Bow Mount Flange with 316 Stainless Steel Flange $ ________ JOB 1 $ _____________ Option 0018 - Replace Wasting Steel on Forward House Top $___________ JOB 1 1 $___________ Option 0019 - Renew Exterior Main Deck Work Surface $ ________ JOB 1 $ _____________ Option 0020 - Exterior Main Deck Plating Repair $ ________ JOB 1 $ _____________ Total Option Line Items (CLIN 0009-0020) $___________ To schedule a site visit/inspection contact Elizabeth Sweeney at 508-495-2174. Delivery is required F.O.B. Destination on board NOAA Research Vessel Gloria Michelle, NMFS/NEFSC. 166 Water Street, Woods Hole, MA during the period of September 30, 2010 through December 16, 2010. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. EST September 1, 2010; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1996, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) and the Addenda included herein apply. The following additional terms and conditions apply and are incorporated by reference: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 1352.271-70 INSPECTION OF MANNER OF DOING WORK (APR 2010) 1352.271-73 SCHEDULE OF WORK (APR 2010) 1352.271-75 DELIVERY AND SHIFTING OF THE VESSEL (APR 2010) 1352.271-76 PERFORMANCE (APR 2010) 1352.271-77 DELAYS (APR 2010) 1352.271-79 LIABILITY AND INSURANCE (APR 2010) 1352.271-80 TITLE (APR 2010) 1352.271-81 DISCHARGE OF LIENS (APR 2010) 1352.271-82 DEPARTMENT OF LABOR OCCUPATIONAL SAFETY AND HEALTH STANDARDS FOR SHIP REPAIR (APR 2010) 1352.271-83 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE AND APPROVAL (APR 2010) 1352.271-84 ACCESS TO THE VESSEL (APR 2010) 1352.271-85 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT (APR 2010) 1352.271-87 CHANGES SHIP REPAIR (APR 2010) 1352.271-88 GUARANTEES (APR 2010) The following clauses are provided in full text: 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (a) To be determined at award is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: _______________________________ _______________________________ _______________________________ Phone Number: __________________ Email: _________________________ (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 1352.271-71 METHOD OF PAYMENT AND INVOICING INSTRUCTIONS FOR SHIP REPAIR (APR 2010) (a) The Government will make payment under this contract based on a percentage of completion. The contractor may invoice for the percentage completed for each work item as work progresses. The amount invoiced shall be calculated based on prices stated in the Schedule, as follows: A work item may not be invoiced until the percentage complete reaches 25 percent. Future invoices for that work item have no limitation as to the percentage of completion required before invoicing, but in no event may invoices be submitted more frequently than every 2 weeks, or for amounts less than $10,000, unless it is the final payment. The minimum percentage of completion (25%) to be reached prior to billing each work item may be waived by the Contracting Officer for large dollar work items on a case-by-case basis. (b) Invoices submitted by the contractor which are deemed not proper, in accordance with FAR 52.232-25, will be returned. Invoices shall include: (1) Name and Address of the contractor; (2) DUNS Number; (3) Invoice Date; (4) Contract Number/Modification Number; (5) CLIN/Work Item Number, to include: Description, Quantity, Unit of Measure, Unit Price and Extended Price; (6) Shipping and Payment Terms; and, (7) Contractor Point of Contact, including: Name, Title, Phone Number, and Mailing Address; (8) The percentage of completion for each CLIN/work item identified; (9) Name of the Contracting Officer ; (10) Ship name; (11) The overall percentage and dollar amount previously billed, currently billed and unbilled. (c) When invoicing for changed work, the contractor shall identify it as a contract change and shall identify the modification authorizing the change, and the CLIN/Work Item associated with the change. (d) All items of work invoiced under this contract will be verified and confirmed by the Contracting Officer's Representative as accurate and complete and approved by the designated billing office before payment will be made. (e) Mail the original invoice to: Department of Commerce/NOAA Eastern Region Acquisition Division (ERAD) Attn: Robin Resweber 200 Granby Street, 8th Floor Norfolk, VA 23510 Robin.Resweber@noaa.gov (f) The contractor's final invoice submitted under the contract must be marked as follows: THIS INVOICE CONSTITUTES THE FINAL INVOICE - UPON PAYMENT OF THIS INVOICE NO OTHER MONIES ARE DUE UNDER CONTRACT NUMBER _____________________."(To be assigned at contract award) (End of clause) 1352.271-72 ADDITIONAL ITEM REQUIREMENTS (AIR) - GROWTH WORK (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) applies, and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (9) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 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). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-10-RQ-1315/listing.html)
- Place of Performance
- Address: 166 Water Street, Woods Hole, Maine, 02543, United States
- Zip Code: 02543
- Zip Code: 02543
- Record
- SN02242185-W 20100818/100816235257-62df54122d68b777cb65c4a93eb01620 (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 |