Federal Bid

Last Updated on 18 May 2010 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

Underwater Hull Inspection

Solicitation ID N40442-10-T-7284
Posted Date 19 Apr 2010 at 7 PM
Archive Date 18 May 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
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 N40442-10-T-7284, 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 2005-34, effective 01 Jul 09. NAICS 237990 applies. The Small Business Competitiveness Demonstration Program is not applicable. 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 WALLY SCHIRRA for the following parts: 1.0 ABSTRACT: This item describes the requirements for inspection and cleaning of the underwater Hull, Sea Chest Strainer Plates, Bow Thruster Tunnel, Bow Thruster Tunnel Bars, Bow Thruster Blades, Transducers, Bilge Keels, Bilge Keel Weld Repair Area, Rope Guard, Skeg, Rudder, Rudder Horn, Hull Appendages and Propeller. 2.0 REFERENCES/ENCLOSURES: 2.1 Naval Ships Technical Manual, Chapter 081 “Waterborne Hull Cleaning of Naval Ships” (Available onboard). 2.2 NAVSEA Dwg 801-7488890 Rev B, Selected Record Drawing Docking Plan (Available onboard). 2.3 NAVSEA Dwg 100-7489178 Rev E, Sea Chest Gratings (Available onboard). 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity: 3.1.1 Location: Underwater Hull, Below Waterline (NAVSEA contract unable to cover this action due to timing issue) 3.2 Item Description/Manufacturer’s Data. 3.2.1 Propeller Description: Manufacturer – Wartsila Lips, Inc Diameter – 6.5 Meters Number of Blades – 5 Blades, Right Hand Material – Bronze-ABS-Type 4 Ni-Al Bronze Weight Approximate – 27,900 kg 4.0 GOVERNMENT-FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1 Performance Period: 24-30 May 2010. 5.2 Performance Location: USNS Wally Schirra, NOB, Norfolk, VA. 5.3 Provide an access list of all personnel boarding the ship. The list shall Include the following: 5.3.1 Persons full Name 5.3.2 Social Security Number, or Passport No, or naturalization number. 5.3.3 Place of birth 5.3.4 Date of Birth 5.4 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.5 THE USNS WALLY SCHIRRA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional. 7.0 STATEMENT OF WORK: 7.1 Contractor shall provide a live-feed digital video recording and monitoring system during work accomplishment. Monitor shall be set up under canopy on the pier for viewing purposes and shall be adjacent to the ship. 7.2 Take and provide digital photographs of work accomplishments. Note: Digital videos and photographs shall be recorded of Hull (Below the waterline) at all hull penetrations, including bow thruster tunnel, bow thruster bars, bow thruster blades, fathometer transducer, speed log transducer, all sea chest Strainer Plates and J-Bolt Fasteners, rudder, rudder horn, rope guard, bilge keels, Bilge Keel, Propeller, Fairwater Cap (DUNCE Cap) and Cable line-cutter. Provide pre and post cleaning video and photographs to MSFSC Port Engineer, Chief Engineer and attending ABS Surveyor in electronic digital format (DVD). 7.3 Inspect the underwater hull, including bow thruster tunnel, bow thruster bars, Sea Chest Strainer Plates, skeg, rudder, rudder horn, rope guard, bilge keels and appendages of all forms of fouling using reference 2.1 as guidance. Care shall be taken as not to damage the anti-fouling paint coat system. Do not hinge open sea chest strainer plates. 7.4 Clean and polish all surfaces of the propeller, including blades, hub and fairwater cap using reference 2.1 as guidance. Propeller surfaces shall be polished to a Rupert scale “A” condition. Use of grinding or abrasive stones for cleaning or polishing propeller surfaces shall not be used. 7.5 Provide a final report of conditions and inspection results found during accomplishments of paragraphs 7.2 through 7.5 above. Final report shall be submitted electronically to the MSFSCREP and Chief Engineer via email in an electronic adobe format (PDF). 8.0 GENERAL REQUIREMENTS: 8.1 Work requirements in the Work Item shall be finalized and/or completed as required for meeting scheduled milestones. The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 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. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 3 May 2010 @ 0900 Eastern Standard Time. Offers can be emailed to [email protected] or faxed to the above number. Reference the solicitation number with your quote.
Bid Protests Not Available

Similar Past Bids

Chesapeake Virginia 08 Jan 2024 at 9 PM
Norfolk Virginia 19 Dec 2023 at 2 PM
Tybee island Georgia 01 Nov 2016 at 12 PM
Location Unknown 18 Oct 2005 at 5 AM
Seattle Washington 17 Apr 2006 at 4 AM

Similar Opportunities

Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Colorado 18 Jul 2025 at 4 AM (estimated)
Colorado 18 Jul 2025 at 4 AM (estimated)
Norfolk Virginia 08 Jul 2025 at 1 PM