|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1997 PSA#1994Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port
Hueneme, CA 93043-4301 20 -- MSC GUAM HAWSER PROCUREMENT SINGLE POINT MOORING DOUBLE LEG
HAWSER SYSTEM AT US NAVY PUBLIC WORKS CENTER, GUAM, MARIANA ISLANDS SOL
N47408-98-R-4195 DUE 012998 POC Anita Norris, Contract Specialist,
(202) 433-5310/FAX (202) 433-5244 or Rita D. Palmore, Contracting
Officer, (202) 433-5313 This project will be UNRESTRICTED. The work
includes all labor and materials for the fabrication, assembly,
testing, marking, packaging and shipping necessary to furnish two (2)
matched pairs of mooring hawsers to be used for prepositioned ships in
the Marianas Islands area with the option to purchase up to ten (10)
additional pairs (two (2) pairs every six months during the term of the
contract). The work also includes all labor and materials necessary for
the design, fabrication, assembly, testing, marking, packaging, and
shipping necessary to furnish two (2) matched pairs of chafing pendants
or chafing grommets in accordance with Manufacturer's design or two (2)
matched pairs of chafing pendants in accordance with NFESC design.
Options for the purchase of up to twelve (12) additional pairs of
chafing grommets/chafing pendants will be included. Each pair of
hawsers with chafing pendant/grommet will be used to connect a ship to
a buoy. Ships are not equipped to handle chafing chain. To protect the
hawsers against chafing at the ship bullnose, an anti-chafe hose shall
be placed over the hawser rope and over the chafing pendant/grommet in
accordance with NFESC design. In accordance with the Oil Companies
International Marine Forum (OCIMF) "Prototype Rope Testing", for the
prototype, the minimum Net Dry Breaking Strength (NDBS) shall be
396,000 lbs and the minimum Net Wet Breaking Strength (NWBS) shall be
396,000 lbs, or the Contractor may provide existing documentation on
prototype rope testing of double braided polyester rope, or the
Manufacturer will certify the break strength of a No. 12 Double Braid
Polyester rope by prototype testing in accordance with OCIMF "Prototype
Rope Testing". The Manufacturer shall furnish specified auxiliary gear
and apply to the rope in a manner which does not affect the strength
performance of the hawser. Application of auxiliary gear may be done by
wrapping or tying smaller rope round the hawser or passing smaller rope
through the hawser. Flotation and other auxiliary gear shall not have
sharp edges or rough surfaces which might cut or abrade the rope. The
Manufacturer's Quality Control and Inspection Procedures shall comply
with OCIMF "Procedures for Quality Control and Inspection during the
Production of Hawsers". The Manufacturer shall certify that the rope
fiber material used in the rope product meets the requirements of the
applicable Rope Material Specification. If the rope Manufacturer
produces the filament or basic yarn, they shall certify that raw
material of the same quality has been used and that all processing has
been done in the same manner as for material used in the relevant
prototype rope. The Contractor shall be responsible for shipping the
hawsers to the designated address in Guam, Marianas Islands. Due to the
highly technical and critical nature of the project, all offerors will
be required to submit a technical proposal, a cost proposal, and past
performance information. Award shall be made to the responsible,
technically acceptable offeror with the lowest price. The Technical
Factors include OCIMF Experience, Rope Description/Performance,
Auxiliary Gear, Packing, Quality Control and Inspection, and Delivery
Schedule. If the Contractor has no experience with OCIMF, his proposal
will be considered unacceptable and will not be considered for award.
All other technical subfactors are of equal importance. Requests for
the solicitation may be mailed to Naval Facilities Engineering Command
Contracts Office, WNY, Bldg. 218, 901 M Street, SE, Washington, DC
20374-5063 or sent via facsimile by using (202) 433-5244. Contractors
within the local area are encouraged to pick up a copy of the
solicitation at Bldg. 218 (third floor) of the WNY between the hours of
0730 and 1500, Monday-Friday. There will be no charge for these
documents, however, there will only be one set issued per contractor.
The solicitation will be available approximately fifteen days after
this notice appears in the Commerce Business Daily. The proposal due
date shall be thirty days after the solicitation is made available to
the public. The projected award date is March 1998. Proposals should be
submitted to the Naval Facilities Engineering Command Contracts Office
(NAVFACCO), Bldg. 218, 901 M Street, SE, WNY, Washington, DC
20374-5063. (0349) Loren Data Corp. http://www.ld.com (SYN# 0165 19971217\20-0001.SOL)
20 - Ships and Marine Equipment Index Page
|
|