Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
MODIFICATION

R -- LCC 20 USS MOUNT WHITNEY ASW / Potable Water / Sewage Piping Survey - Solicitation 1

Notice Date
6/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-12-T-9042
 
Point of Contact
Leila K. Hemenway, Phone: 2026855953, Lisa M Bouchelle, Phone: 202-685-5956
 
E-Mail Address
leila.hemenway@navy.mil, lisa.bouchelle@navy.mil
(leila.hemenway@navy.mil, lisa.bouchelle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ N00033-12-T-9042 Mt Whitney ASW/Potable Water/Sewage Piping Survey USS MOUNT WHITNEY (LCC 20) will have its service life extended. As part of the service life extension, previous studies listed the Firemain, Auxiliary Seawater, and Black & Gray Water piping systems as areas of concern due to corrosion issues and undocumented system modifications. In order to proceed with a service life extension plan, an assessment of the current piping arrangement, including an evaluation of the piping to determine if it will last an additional 30 years, is required. This task provides for a shipcheck of the USS MOUNT WHITNEY including the labor and materials necessary to: A. Survey the Auxiliary Seawater System including firemain, Black & Grey Water System and Potable Water System following systems onboard the vessel. B. Develop Selected Record Drawings (SRD) of the Seawater Firemain, Sprinkling, Cooling, and Flushing Diagram, Sanitary Drain Diagramand Fresh and Potable Water Service Diagram. C. Develop a Condition Report in which the Contractor shall use best marine practices in order to determine piping/valves/insulation/etc. that will require replacement for the ship to reach its new extended service life. D. Develop two (2) Work Packages to address existing issues for the systems surveyed above in section A. The work shall be described in a report prior to starting detail work. Each work package shall include a work item, drawing(s), bill of material, and cost estimate. The resulting contract will be a competitive firm-fixed priced contract awarded in accordance with far part 12, "acquisition of commercial items," using the procedures in far par 13, "simplified acquisition procedures." Services are being procured by: Military Sealift Command, HQ Contracting, N10 914 Charles Morris Ct SE Building 157 Washington Navy Yard, DC 20398-5540 The solicitation will also be made available on military sealfit command procurement publication website at: https://www.procurement.msc.navy.mil/procurement/contract/welcome.jsp interested vendors are encouraged to subscribe to the amendment notification once the solicitation is released to receive immediate notification of changes. Additionally, vendors are encouraged to register in the master list to receive notification of future market surveys and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-12-T-9042/listing.html)
 
Place of Performance
Address: Excluding Shipcheck, performance will be at Contractor Facility., United States
 
Record
SN02766659-W 20120607/120605235453-f05d5847c124ff4f8d3caedb79cba54e (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.