Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

19 -- VESSEL OVERHAUL AND SCHEDULED MAINTENANCE FOUR-PERSON CREW TO OPERATE AND MAINTAIN AN 83-FOOT ALUMINUM RESEARCH VESSEL, THE R/V MANTA. - SCOPE AND FBO POSTING IN WORD

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCND6011-12-02187SRG
 
Archive Date
5/17/2012
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE AND FBO POSTING IN WORD COMBINED SYNOPSIS/SOLICITATION VESSEL OVERHAUL AND SCHEDULED MAINTENANCE FOUR-PERSON CREW TO OPERATE AND MAINTAIN AN 83-FOOT ALUMINUM RESEARCH VESSEL, THE R/V MANTA. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6011-12-02187SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 483112. The business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - The Flower Garden Banks National Marine Sanctuary (FGBNMS) requires up to a four-person crew to operate and maintain an 83-foot aluminum research vessel, the R/V Manta. See the full attached Statement of Work below. (VI) Description of requirements is as follows: See attached Statement of Work below which applies to this requirement. (VII) Period of performance shall be from date of award (approximately may 25, 2012) to December 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following in the order beginning with the most important: 1) Past Performance: The quote shall include two references including the phone number, full address with vendor email and contractor's past performance showing capability to meet the requirements of the scope. 2) Preference will be given to a vendor that can provide two (or more) crew members that have been certified, or can be certified, by the NOAA Diving Program as Working Divers no later the May 31, 2012. If not already certified, the costs associated with NOAA working diver training will be borne by the vendor. Costs associated with maintaining the certification will be covered by FGBNMS. 3) Preference will be given to a vendor that can demonstrate 3 years of experience and knowledge of Nitrox breathing air compressor operation and maintenance. 4) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (March 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), 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 may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-4, Recovered Material Certification (May 2008) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) 52.223-10, Waste Reduction Program (May 2011) 52.223-11, Ozone-Depleting Substances (May 2001) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (CLASS DEVIATION) (MARCH 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. Mountain Standard Time on May 11, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov. The fax number is (303) 497-3163. (XVI) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov or faxed to 303-497-3163 no later than 4:00 p.m. MST, May 16, 2012.   Statement of Work Boatyard Services Research Vessel Fulmar NCND6000-12-02109 A] GENERAL INFORMATION: 1] This Statement of Work contains the requirements for boatyard services on the NOAA Research Vessel FULMAR (R6701). 2] The general characteristics of the vessel are as follows: Length: 67 feet Beam: 24.5 feet Draft: ~6.1 feet Displacement: ~49 long tons 3] All work is to be accomplished at the Contractor's facility. NOAA will deliver the vessel to the Contractor's facility, and redelivery will also be at the Contractor's facility. The required performance period for all work defined herein is; Phase One: April 1, 2012 to April 27, 2012 Phase Two: September 15, 2012 - December 31, 2012 4] Coordination of the work schedules will be the responsibility of the Contractor to avoid any delays or disruptions in order to meet the performance period. The Contractor will provide all facilities, labor, materials, tools, and services required to complete the work UNLESS exceptions are noted in the specified tasks below. 5] Upon arrival at the Contractor's facility the contractor will accept full responsibility for the safety of the vessel, including but not limited to fire protection, security patrols, water-tight integrity, and protection from adverse environmental conditions, etc. This responsibility will terminate only after all work defined herein (or added during the work period) is complete, accepted by NOAA, and NOAA personnel remove the vessel from the Contractor's facility. 6] NOAA employees and contractors may be working on board the vessel during the contract performance period on a not to interfere basis. During this period it will be required that these personnel have full access to the vessel during normal working hours. 7] If the vessel is hauled from the water, the Contractor will ensure that all machinery and equipment used for that purpose is fully functional, suitable for the task, rated for loads at least 20% greater than the maximum weight of the vessel, and operated by trained, competent personnel. The NOAA Contracting Officers Representative (COR) will provide a docking plan for the vessel if requested. 8] All work performed under this SOW (or added to it during the period of performance) will meet or exceed all current requirements of ABYC and USCG (Subchapter T) as applicable to this size and type of vessel, in addition to any specific requirements stated below. 9] In the event defects or damage unrelated to the work tasks defined below are discovered, the Contractor will submit a Condition Found Report (CFR) to the COR. The CFR will define corrective actions needed, the cost for that work (separated into labor, materials, services, and total), and the impact to the performance period.   B] PHASE ONE - SPECIFIC WORK TASKS 1.1] Replace scientific winch controls Replace the hydraulic solenoid valve bank that powers the Markey COM7 scientific winch and the A-frame with a fully proportional solenoid valve bank. The valve bank will be positioned in the starboard engine room and integrated into the existing hydraulic system. With the new valve bank, winch cable rates (deploy and retrieve) will be fully proportional and variable between 1.50 and 70.0 meters per minute (full drum) with payloads ranging from 0 pounds to the maximum rated capacity of the winch. In particular, winch drum rotation will start and stop from any given line speed with any given load in a smooth and controllable manner, and allow the deployment of as little as one inch of cable at a time. A-frame rotational travel rates will be fully proportional and variable between 12 and 200 arc-degrees per minute with payloads ranging from 0 pounds to the maximum rated capacity of the A-frame. The solenoid valves and all components attached to them will be waterproof and corrosion resistant. All components exposed to the weather will be waterproof, salt-spray proof, humidity proof, corrosion resistant, and rated for full operation at temperatures between minus 20F and 140F. Provide and install all required piping, fittings, pressure relief valves, flow controls, etc. required to attain full functionality of both devices. Existing hydraulic system components may be re-used if demonstrated by the contractor to be in good condition. In conjunction with above, replace the electronic joy sticks in the lab and on the 01 deck that control the winch and A-frame valve bank. The joy sticks will be entirely compatible with the new solenoid valves, and that allow both minimum and maximum travel simultaneous with a high degree of smooth, proportional control at all loads and speeds. If 100% of the speed ranges stated above are not attainable by the movement of the jog levers alone (highly preferred), any auxiliary control device required will be positioned immediately next to the levers, and articulated in an intuitive manner without disassembly or tools of any kind. Joysticks and all associated components will be waterproof, salt-spray proof, humidity proof, corrosion resistant, and rated for full operation at temperatures between minus 20F and 140F. Provide and install all wiring, controls, mounting hardware, etc. required to attain full functionality of both devices. Existing wiring maybe re-used if demonstrated by the contractor to be in good condition. During trials, the contractor will demonstrate the smooth and accurate function of the winch at all speeds, loads, and deployed cable lengths defined by the COR. The A-frame will also be demonstrated at travels rates and loads of both ~25 and ~600 pounds, the test weights being provided by the contractor. NOAA will provide vessel and equipment operators. 1.2] Resolve electrical system problems The vessel electrical system has exhibited unusual behavior: A) When connected to ‘shorepower', the Outback charging system appears to be drawing a much higher than expected amperage for normal house battery charging causing certain (subpanel) higher amperage breakers (e.g., microwave oven) to trip. This condition does not occur when vessel power is provided by generator sources. Local electrician did not find any anomalies in breaker function. B) The vessel has exhibited detrimental variations in charge current from both starboard main engine and generator alternators. Discuss the problem with the vessel captain (or other NOAA staff present), and perform limited testing to determine the cause. C) Remove galvanic isolator installed underneath helm dashboard. Draft a CFR that proposes correction of the problem and includes a breakdown of costs of materials, labor, subcontract services (if any), and impact on completion schedule. 1.3] Create emergency lighting circuits Provide a secondary source of DC battery power to the low-level lighting in both focsles that allows them to automatically illuminate in the event all AC and DC power aboard the vessel is shutoff at the panels. Add similar lights on this same secondary circuit to ensure illumination of the steps up to the pilothouse and the companionway area from those steps to the galley entrance. Install a shut-off switch for all lights above that allows the emergency function to be disabled in the event all power is intentionally shut down. Position this shut-off switch in a prominent location near the head of the focsle stairs, and label the switch as follows in ½" tall red block letters: "Emergency lighting control - Disable lights only at dockside when all power is intentionally shutdown." 1.4] Design, plan and prepare order for replacement main anchor winch Develop a design for a new anchor winch with a new winch of similar design, construction, and outfitting but having a 4" or larger diameter drum. The new winch will be fitted with a similar level wind, but this will be driven by an independent hydraulic motor, and controlled by an independent hydraulic valve that allows variation of level wind speed independent of drum speed. Use the existing hydraulic piping routed to the winch location for the new winch and level wind. NOAA will consider relocating the anchor from the current recessed position to a forward overhanging position if the new winch design would become more effective. C] PHASE TWO - SPECIFIC WORK TASKS 2.1] Haul, clean, block, store, and launch Remove the vessel from the water. Pressure-wash the entire hull from sheer line to keel removing all dirt, grime, and marine growth. If the vessel is a catamaran, clean all surfaces within the tunnel. Similarly, clean all fittings below waterline, including propulsor components, struts, stern tubes, rudders, foils, fins, through-hulls, etc. Do not damage any existing anti-fouling paint unless further tasks in this SOW require its removal. Clean transducers with a non-metallic brush, taking care to not mar the emitting surface in any way. Clean all surfaces of all anodes with a wire brush unless they are to be replaced. Block the vessel in a level attitude with the keel (or keels) 36" minimum off the ground. Inspect the hull, coatings, and all attachments and report any damage or discrepancies to the COR in writing. Provide electrical power to the vessel suitable for its shore power system. Upon completion of all work done on the hard, launch the vessel, inspect all compartments for leaks, and secure it dockside. If dockside testing or underway trials are required after launch, provide prior notification to the COR so NOAA personnel can attend. 2.2] Underbody coating system Prepare and touch-up any flaws in the underbody coating system with the same coating as currently applied (Sea Hawk Smart Solution 4700 series). Manufacturer's procedures will be used in all cases. Color to match existing coatings. The contractor will ensure that all the environmental conditions are within the manufacture's specified parameters prior to starting application processes and for all coatings. Upon completion, schedule an inspection of the coating system by the COR. 2.3] Replace cutlass bearings and shaft seal boots Replace both cutlass bearing on each propeller shaft in kind. New bearings will be secured in place by Chockfast and SST set screws. Replace both shaft seal boots in kind, along with the hose clamps that secure the boots to the stern tube and the seal. If installed, inspect the raw water supply to the shaft seal and provide a written report on condition, including a CFR if repairs are required. Retain the old bearings and boots until they can be inspected by the COR. Upon completion, trial the vessel to prove bearings run free from vibration and the shaft seals are tight at all speeds and power settings. 2.4] Replace starboard ME exhaust elbow and spool piece Remove the molded EPDM exhaust elbow from the starboard main engine exhaust discharge port. Cut away the 10" aluminum pipe spool piece from the discharge port hull side insert and replace in kind. Install a new EPDM elbow, and replace all clamps. After launching, test the repairs at engine full throttle under load to prove no leaks are present. 2.5] Install and test anchor winch Replace the anchor winch with a new winch of similar design, construction, and outfitting but having a 4" or larger diameter drum. The new winch will be fitted with a similar level wind, but this will be driven by an independent hydraulic motor, and controlled by an independent hydraulic valve that allows variation of level wind speed independent of drum speed. Use the existing hydraulic piping routed to the winch location for the new winch and level wind. 2.6] Inspect all seacocks 2.7] Pressure test foils, strakes, guards D] IT Security Requirements The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned IT equipment or be furnished government privileged information. However, the contractor will have full access to the vessel and all of its systems. E] AWARD BASIS Performance factors are equal to price. Contractor must demonstrate past performance in working with aluminum high speed catamaran vessels including aluminum welding. For excessively long transits from the vessels home port (greater than 14hrs one way), the government at its discretion may consider the cost for transit including crew, fuel, & consumables in its basis for award. F] NOAA COR/CONTACT David Lott NOAA ONMS WCR 99 Pacific Street STE 200K Monterey, CA 93940 831-241-3097 PHASE ONE ITEM DESCRIPTION Priority Est. $ B1 Renew head sole covering 2 B2 Reposition anchor rode splice 2 B3 Revise generator hatches 2 B4 Install GFM galvanic isolator 1 B5 Revise RAM lights for night ops 2 B6 Repair hyd tank suction leaks 2 Subtotal PHASE TWO ITEM DESCRIPTION Priority Est. $ C1 Haul and clean hull 1 C2 Renew antifouling paint 1 C3 Renew Prop-speed coating 1 C4 Service rafts 1 C5 Revise 01 deck hatches 2 C6 Troubleshoot fathometer 1 C7 Crane cable and hook replaced 1 C8 Weight test A-frame and crane 1 C9 Correct science winch hydraulics 2 Subtotal Total
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6011-12-02187SRG/listing.html)
 
Place of Performance
Address: FLOWER GARDEN BANKS NMS, 4700 AVENUE U, BLDG 216, GALVESTON, Texas, 77551, United States
Zip Code: 77551
 
Record
SN02742911-W 20120511/120509234801-c813f1fa47a21d7820d31bb4b83146d6 (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.