Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
DOCUMENT

20 -- Mooring chain and accessories - Attachment

Notice Date
6/8/2012
 
Notice Type
Attachment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
Solicitation Number
N6258312RCHAIN
 
Response Due
7/8/2012
 
Archive Date
12/31/2012
 
Point of Contact
Helaine Stallion- Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
The Specialty Center Acquisition NAVFAC (SCAN) is conducting market research to determine the interest and capability of industry vendors in providing commercially available mooring materials, such as mooring chain and accessories that meet the needs of the Naval Facilities Engineering Service Center (NAVFAC ESC), Washington Navy Shipyard, D.C. These materials must be capable of providing mooring for ships and submarines in adverse weather conditions for periods as long as 15 years. The required mooring materials must be fabricated under one of the following three grade specifications: FM3, ABS RQ3S, or ABS 3. Mooring-related items will be required to be produced in various quantities and sizes. NAVFAC ESC is interested in identifying potential sources and gathering information on current capabilities within the market. Information provided may be used by NAVFAC ESC in refining its requirements definition, selection of testing materials and developing its acquisition approach and schedules. In order to improve our understanding of market capabilities and identify qualified vendors in support of selection of testing materials and developing its acquisition approach and schedules. It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service Disabled Veteran-Owned Small Businesses (SDVOSB), respond with a Capability Statement of a maximum of 15 pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following three items to demonstrate the contractor s capability to perform the requirements of this Performance Work Statement (PWS): (1)The contractor s ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2)The contractor s technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for personnel with its own employees; and (3) The contractor s capacity or potential approach to achieving capacity, to conduct the requirements of the statement of work. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Contractor must demonstrate clear understanding of the requirement as specified in the PWS. Potential interested sources please provide the following information: 1)Description of the mooring materials capable of manufacturing; Ensure your company is capable of manufacturing Fleet Mooring Chain and Accessories in accordance with the following specification-US Navy Fleet Mooring Chain & Accessories Purchase Description- FPO-1(89)PD1-REV E. 2) Ensure your company an ABS Approved Manufacturer for ABS3 anchor chain, or ABR3, ABR3S, ABR4, ABR4S, ABR5, Mooring Chain. 3)Ensure your company has a quality assurance system approved by ABS. 4) Advise what range of nominal chain size is your company qualified and approved by ABS to produce 5) An estimated assessment of its resistance/tolerance to exposure to long term submergence in seawater and long term open storage in a marine atmosphere; 6) Potential applications and constraints; 7) Unit sizes, operating parameters, warranty and maintenance; 8) Technical specifications; 9) Name and address of firm; 10) Business size and socioeconomic classification; 11) Any additional information such as product brochures, data sheets, websites (URLs), etc. This will include demonstrating the ability to furnish the qualified personnel, equipment, and material necessary to fabricate chain and accessories under either FM3 grade, ABS RQ3S or ABS 3 grade specifications. The Contractor shall be responsible for producing quantities as identified below for each mooring component. ITEMSPECIFICATION CJL, Baldt-styleAll 3 types AJL, Baldt-styleAll 3 types Chain, stud linkAll 3 types Spider PlateFM3 Pear LinkFM3 Plate ShackleFM3 Ground RingFM3 Swivel ShackleFM3 Anchor Bolt Shackle Crosby G-2140 WCS No. 211 Sizes of items that should be available for production are 1.50, 1.75, 2.00, 2.50, 2.75, 3.00, 3.50 and 4.00 inch. Further explanation and details are described below. Contractor efforts shall include, but will not be limited to: FM3 Components - Chain and accessories shall be produced to the technical report, TR-6036-OCN, Purchase Description for the Production of FM3 Materials. ABS RQ3S Grade Components Chain and applicable accessories shall be produced to the ABS RQ3S guidelines as specified in Guide for Certification of Offshore Mooring Chain . ABS 3 Grade Components - Chain and applicable accessories shall be produced to the ABS RQ3S guidelines as specified in to American Bureau of Shipping Grade 3 (ABS 3) Anchor Chain. Anchor Bolt Shackles - As part of a task order for mooring chain and/or accessories made to either FM3, ABS RQ3S or ABS 3 specifications. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor s approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Capability statements shall be submitted via email to helaine.stallion@navy.mil or maria.nailat@navy.mil by 2:00PM PACIFIC Time 08 July 2012. Attachments: (1) Copy of the draft Performance Work Statement (PWS) currently under revision and is attached for information use only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312RCHAIN/listing.html)
 
Document(s)
Attachment
 
File Name: N6258312RCHAIN_MooringPWSAttachment1.pdf (https://www.neco.navy.mil/synopsis_file/N6258312RCHAIN_MooringPWSAttachment1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6258312RCHAIN_MooringPWSAttachment1.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02770649-W 20120610/120608235315-936f5ac69801abea0445c9be931b988d (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.