Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Hydrographic Survey Launch 3102 Winch and Hydraulic Systems Installation

Solicitation Number: EA1330-09-RQ-0271
Agency: Department of Commerce
Office: National Oceanic and Atmospheric Administration (NOAA)
Location: Eastern Region Acquisition Division
  • Print
:
EA1330-09-RQ-0271
:
Combined Synopsis/Solicitation
:
Added: Feb 12, 2009 2:06 pm

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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA1330-09-RQ-0271. The U.S. Dept of Commerce, NOAA Ship Thomas Jefferson, 439 West York Street, Norfolk, Virginia has a requirement for Hydrographic Survey Launch 3102 Winch and Hydraulic Systems Installation in accordance with the following Statement of Work:

NOAA SHIP Thomas Jefferson
February 12, 2009
Hydrographic Survey Launch 3102 Winch and Hydraulic Systems Installation


1. Scope: This Statement of Work (SOW) details the requirements for installation and testing of mechanical and electrical components to support a towed side scan sonar system aboard NOAA Hydrographic Survey Launch (HSL) #3102.


2. General: None


2.1 References


2.1.1 NOAA Standard Specification AMC-000-3C, "General Requirements for Small Contract Ship Repairs"


2.2 Requirements


2.2.1 All provisions and requirements contained within reference 2.1.1 apply to all items, including all additional work items authorized by the Contracting Officer.


2.2.2 All work must be completed between 28 February and 13 March.


2.3 List of Standard Specifications and Drawings


STANDARD SPECIFICATIONS:
AMC-000-3C,"General Requirements for Small Contract Ship Repairs"

2.4 List of Government Furnished Material


1. One DT Marine 1.5hp 115VAC electric oceanographic winch with remote control unit
2. One Monarch 3551 hydraulic system which includes:
- 1 Gear pump
- 1 12VDC motor
- 1 12VDC solenoid switch
- 1 Stainless steel hydraulic fluid reservoir
- 1 Control box assembly
3. Two Dalton hydraulic rams
4. Four lengths of hydraulic hose with fittings
5. Ten gallons Wise Bio 1000 ISO 32 hydraulic oil
6. One A.G.O. Environmental Electronics metered block with remote counter display
7. One aluminum A-frame


3.0 Work Items


3.1 Winch Installation


a. Work with COTR to determine the exact position of the winch and deck sockets on the deck.


b. Add two aluminum mounting pads (6061 alloy) to the winch. The mounting pad location will be based on deck socket position. Paint disturbed and unpainted aluminum with similar color (process blue) epoxy based paint.


c. Install five deck sockets. The deck sockets shall be aluminum (5086 alloy) with stainless steel Gardsert inserts, and will be welded to under deck stiffeners and frames using aluminum plate or angle. The deck sockets will measure 2.5 inches long and 2.0 inches in diameter. The sockets will accommodate 0.75 inch diameter course thread Grade 8 steel bolts threaded to a depth of 2.0 inches. Three deck sockets will be positioned at the forward and aft starboard corners of the winch foundation. Two deck sockets will be installed as close as possible to the aft port corner of the foundation, one each being installed along the aft and port side of the foundation.


d. Install the winch, make all operational connections, and test operate.


3.2 Hydraulic System Installation


a. Install GFM aluminum A-frame and hydraulic rams using all stainless steel hardware.


b. Install GFM hydraulic system in starboard side of engine compartment on existing foundation.


c. Connect the hydraulic system to the A-frame rams via existing deck penetrations. Some modification of the hydraulic piping will be necessary due to HPU being installed below deck vice original installation on the weather deck. Wrap exterior hydraulic connections with PetroWrap, Densyl tape, or similar corrosion inhibitor.


d. Fill the hydraulic system with GFM hydraulic oil.


e. Test operate the hydraulic system.


3.3 Manual Bilge Pump Relocation


a. Relocate the manual bilge pump to the aft port bulkhead beneath the port steering flat access hatch. Mount the pump on an aluminum plate affixed to the bulkhead through welding or bolting. Make all necessary bilge pump hose connections to ensure proper operation. Orient the pump so that the handle is parallel to the boat's centerline, and ensure that the pump can be operated without interference.


3.4 Tow Body Mount Fabrication and Mounting


a. Using a GFM Klein 5000 tow body as a template, design and fabricate a secure aluminum mount to be installed on the starboard side of the aft deck. Discuss the possible use of existing mount from NOAA ship WHITING with the COTR. Work with the COTR to determine the exact placement of the mount. The mount shall bolt directly into two deck sockets. When installed, the mount will most likely obstruct the starboard aft hatch. The mount shall be designed with a hinge to allow for quick access to the obstructed hatch.


b. Install two deck sockets. The deck sockets shall be aluminum (5086 alloy) with stainless steel Gardsert inserts, and will be welded to under deck stiffeners and frames using aluminum plate or angle. The deck sockets will measure 2.5 inches long and 2.0 inches in diameter. The sockets will accommodate 0.75 inch diameter course thread Grade 8 steel bolts threaded to a depth of 2.0 inches.


Delivery is required F.O.B. Destination to NOAA Ship THOMAS JEFFERSON, Norfolk, VA during the period February 28, 2009 through March 13, 2008. The vessel is not available for an inspection prior to submitting a quotation. Technical questions may be directed to LT Daniel Price at 757-441-6201. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order.


Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. February 17, 2009. Vendors are requested to provide a price quote for each Work Item (paragraphs 3.1, 3.2, 3.3, and 3.4); any award resulting from this RFQ will be made based on price. Quotes must be submitted electronically either by fax to 757-664-3643 or via e-mail to Christine.Jeffries@noaa.gov. Inquiries will only be accepted via email to Christine.Jeffries@noaa.gov.


In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2008) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (6), (16), (17), (19), (20), (22) (25), and (38).


The following additional terms and conditions apply and are incorporated by reference:


1352.217-90 INSPECTION AND MANNER OF DOING WORK (JAN 1987)
1352.217-92 PERFORMANCE (JAN 1987)
1352.217-93 DELAYS (JAN 1987)
1352.217-94 MINIMIZATION OF DELAY DUE TO GOVERNMENT FURNISHED PROPERTY (JAN 1987)
1352.217-95 ADDITIONAL PROVISIONS RELATING TO GOVERNMENT PROPERTY (JAN 1987)
1352.217-96 LIABILITY AND INSURANCE (JAN 1987)
1352.217-97 TITLE (JAN 1987)
1352.217-98 DISCHARGE OF LIENS (JAN 1987)
1352.217-99 DEPARTMENT OF LABOR OCCUPATIONAL SAFETY & HEALTH STANDARDS FOR SHIP REPAIRING (JAN 1987)
1352.217-100 REGULATIONS GOVERNING ASBESTOS WORK (JAN 1987)
1352.217-101 COMPLETE AND FINAL EQUITABLE ADJUSTMENTS (JAN 1987)
1352.217-102 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE, AND APPROVAL (JAN 1987)
1352.217-103 ACCESS TO THE VESSELS (JAN 1987)
1352.217-107 CHANGES--SHIP REPAIR (JAN 1987)
1352.217-108 DEFAULT--SHIP REPAIR (JAN 1987)
52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008)
1352.233-70 HARMLESS FROM LIABILITY (MAR 2000)
1352.209-73 COMPLIANCE WITH THE LAWS (MARCH 2000)


The following clause is provided in full text:


1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005)

a. LT Dan Price is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: 439 West York Street, Norfolk, VA.
b. The responsibilities and limitations of the COTR are as follows:
(1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract.
(2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor.
(End of clause)


:
Norfolk Federal Building, 200 Granby Street
Norfolk, Virginia 23510
:
NOAA Ship Thomas Jefferson
439 West York Street
Norfolk, Virginia 23510
United States
:
Robin Resweber,
Contract Specialist
Phone: 757-441-3182
:
Christine Jeffries,
Contract Specialist
Phone: 757-441-6894
Fax: 757-441-3182