Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

20 -- Tank Gauging

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7249
 
Archive Date
2/5/2011
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-11-T-7249, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective 30 DEC 2010. NAICS code 541380 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Laramie for the following services: The requested period of performance for the below service is 25 Jan 2011-4 Feb 2011. 1.0 ABSTRACT 1.1 This Item describes the requirement to take and record ultrasonic gauging readings of tank tops, tank boundaries, various decks and bulkheads and hull plating in support of any ABS inspection in addition to areas designated by the Port Engineer and/or ABS Surveyor. 2.0 REFERENCE 2.1 NAVSEA Dwg No. 101-6580055, General Arrangement Outboard Profile. 2.2 NAVSEA Dwg No. 101-6581211, General Arrangement Inboard Profile. 2.3 NAVSEA Dwg No. 101-6581214, General Arrangement Double Bottom. 2.4 NAVSEA Dwg No. 101-6581216, General Arrangement Tanks and Floors, Fwd FR 60. 2.5 NAVSEA Dwg No. 101-6580165, Scantling Sections 2.6 NAVSEA Dwg No. 101-6580820, Shell Expansion Scantlings. 2.7 NAVSEA Dwg No. 631-6580187, Paint Schedule" 2.8 ABS Rules for Building and Classing Steel Vessels, Part 7, Rule Requirements for Survey After Construction Part 7, Chapter 3 Section 2. Tanker ESP 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location 3.1.1 Throughout the vessel in areas designated by the ABS Surveyor and/or the MSC Port Engineer. 3.2 Quantity 3.1.2 Twenty Thousand (20,000) UT readings (for estimating purposes). Readings will be taken in a variety of different locations. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's. 5.2 The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 5.3 Thickness measurements are to be carried out by a qualified company certified by the American Bureau of Shipping and under the supervision of the ABS Surveyor. 5.4 All audio gauging equipment shall be acceptable for use by the American Bureau of Shipping. 5.5 ABS Surveyor will recheck the measurements as deemed necessary to ensure acceptable accuracy. 5.6 Location: Craney Island Fuel Depot, Portsmouth, VA POP: As stated Above 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Arrangements/Outfitting 7.1.1 Provide services of an ABS approved ESP Hull Certified Gauging Company to accomplish ultrasonic thickness readings in accordance ABS Rules and Regulations. 7.1.2 Ultrasonic thickness gaugings to be taken but not limited to the following areas: Under 01 Deck Reefer Containers Under UnRep Winches Under Anchor Windlass Focsle Area 02 Deck Tank Deck, Tank Tops Under Evaporators, 40 Foot Flat Port Side Under CFW Coolers, 25 Foot Flat Port Side Fuel Tank Bulkheads Foundations Chain Locker Sump 7.1.3 The Contractor shall provide assistance to the gauging firm in gaining access to the areas and/or structure to be gauged. GFE rafts and PFD's shall be provided to access areas of tanks during tank rafting evolution. 7.1.4 The contractor is to provide a unit price per shot up to a total of 25,000 readings. 7.2 Structural: None additional 7.3 Mechanical/Fluid: None additional 7.4 Electrical: None additional 7.5 Electronics: None additional 7.6 Preparation Of Drawings: None additional 7.7 Inspection/Test 7.7.1 After completion of all thickness measurements required, a typewritten report is to be prepared in ABS acceptable format and to the satisfaction of Local ABS Surveyor. One copy is to be submitted to the ABS Surveyor, one copy shall be submitted to the Port Engineer, and one copy is to be submitted to the Vessel's Master. The report shall give the location of measurements, the thickness measured as well as the original thickness, and the percentage of wastage. The measuring equipment type, calibration certification and names of the persons taking the measurements and their qualifications shall also be included in the report. 7.7.2 The contractor shall develop a composite drawing of location of each reading in relation to the frame numbers, seams and butt welds, plating, and internal structural members. 7.8 Painting 7.8.1 The Contractor shall repair all coatings disturbed during the accomplishment of this work item. The disturbed areas shall be coated with the systems specified in reference 2.7 using the paint product data sheets for surface preparation, environmental condition requirements, and dry film thickness. 7.9 Marking: None additional 7.10 Manufacturers Representative: None additional 8.0 GENERAL REQUIREMENTS: None additional The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 21 January 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7249/listing.html)
 
Record
SN02362464-W 20110121/110119234131-676d2a05aa473ea37ab5ed7f3ee90fb4 (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.