Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
MODIFICATION

19 -- Bi-Annual Hull Maintenance on 2 LCM Work Boats - Solicitation 1

Notice Date
8/31/2018
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office, PSC Box 8018 MCAS, Cherry Point, North Carolina, 28533-0018, United States
 
ZIP Code
28533-0018
 
Solicitation Number
M0014618QX524
 
Archive Date
9/25/2018
 
Point of Contact
Joseph A Schwarz, Phone: 2524667726, Christopher Poulos, Phone: 252-466-4038
 
E-Mail Address
joseph.Schwarz@usmc.mil, christopher.poulos@usmc.mil
(joseph.Schwarz@usmc.mil, christopher.poulos@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation The Station Wing Contracting office, MCAS Cherry Point, NC has a requirement for Bi-Annual hull maintenance on 2 LCM work boats (hull numbers 74CM9006 and 74CM6764). The complete Request for Quotation (M0014618QX524), including a detailed performance work statement/specification will be posted at at the Federal Business Opportunities (FBO) web-site on or around 31 August 2018. All responsible sources may submit a quotation, which will be considered. Interested contractors should continue to monitor the FBO web site for additional information and documents relating to this requirement. The proposed contract action is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this requirement is 336611 with a corresponding size standard of 1,250. Contractors interested in doing business with the government must be registered in the System for Award Management (SAM). Contractors must also ensure annual representations and certifications are current in SAM. Contractors must also be registered in the Wide Area Workflow (WAWF) invoicing system at https://wawf.eb.mil/. Primary point of contact for questions relating to this requirement is Joe Schwarz, Contract Specialist, phone 252-466-7726 or e-mail Joseph.Schwarz@USMC.mil. Alternate point of contact is Christopher Poulos, Contracting Officer, e-mail Christopher.Poulos@USMC.mil. 1. Background. The contracted boat yard is responsible for providing safe working conditions for not only their own employees but also for government civilian/military personnel who perform work at the boat yard during the yard period. Therefore, the government requires the boat yard to employ safety Best Management Practices (BMP) complying with applicable Occupational Safety and Health Administration (OSHA) state and federal laws. Vessels are identical vessels. Each vessel is approximately 74' long, 16' wide and weighs approximately 100 tons. 2. Location. Contracted boat yard must be located within 2 hrs driving time via waterway and within 1 hr driving time via government vehicle to reduce excess travel time by government civilian/military personnel who will be required to perform various tasks during the yard period. Any excess travel via government vehicle reduces the amount of time available to complete tasking and thus increases the length of the yard period. 3. Scope of Work. The following is required during each yard period: a) The government will make the vessel available to the contractor by way of water. b) Contractor shall haul, block, farrow blast hull, & launch vessel. c) Service vessel lay days, anticipated project duration of three weeks. d) Contractor shall provide a Navy Gas Free Engineer (qualified to Naval Maritime Confined Space Program S6470-AA-SAF-010) to clear the confined spaces, if inspection results warrant a need. e) Contractor shall provide personnel and materials to complete anti-freeze drainage/containment, removal, inspection, gasket replacement, re-installation, and replenishment of approx. 60 gal of new antifreeze on both the port and starboard keel coolers. f) Propellers and Shafts i. Contractor shall remove port and starboard propellers, have them re-conditioned to ISO 484 standards and provide balancing documentation. ii. The government will inspect the shafts. If the shafts are determined not to be true, the contractor shall have them removed, straightened, provide documentation and have them reinstalled. iii. Once the government has determined the shafts are straight (in existing condition or reconditioned), the contractor shall reinstall the propellers. g) Contractor shall Farrow blast the entire hull to primer. h) Upon additional request and negotiated price, the contractor shall apply bottom paint to the hull of the watercraft. i) Government employees require access to the vessel with a vehicle/trailer in close proximity (25 ft) to conduct necessary repairs/work during the hours of 0730 to 1700 week days. j) Contractor shall allow the government to remove/re-install: shafts, cutlass bearings, zincs, shaft logs, inspect hull, conduct preservation on or in main/well deck, apply bottom paint, and complete any necessary repairs while the vessel is blocked. k) Upon additional request and negotiated price, the contractor shall remove the keel coolers, have the keel coolers pressure tested for leaks, and then reinstall the keel coolers with new gasket materials. i. Should the keel coolers be found to be damaged, upon additional request and negotiated price, the contractor shall repair the keel coolers. ii. Should the keel coolers be found to be damaged beyond repair, upon additional request and negotiated price, the contractor shall replace the keel coolers. l) Government will inspect the vessel for final acceptance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014618QX524/listing.html)
 
Place of Performance
Address: MCAS Cherry Point, (with in 2 hours driving by water, 1 hour driving by land), Cherry Point, North Carolina, 28533, United States
Zip Code: 28533
 
Record
SN05068073-W 20180902/180831231604-bc571e2e02c327e6b25581d28b9d2635 (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.