Mississippi Bids > Bid Detail

NOAA Pisces Pipe Repair

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159773114449520
Posted Date: Nov 21, 2022
Due Date: Dec 1, 2022
Solicitation No: NM-AN2120-23-00269
Source: https://sam.gov/opp/ce3bdd7c78...
Follow
NOAA Pisces Pipe Repair
Active
Contract Opportunity
Notice ID
NM-AN2120-23-00269
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2022 08:52 am EST
  • Original Date Offers Due: Dec 01, 2022 08:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 16, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Pascagoula , MS 39595
    USA
Description

The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center NOAA Ship Pisces requires piping to be replaced and/or repaired.





(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NM-AN2120-23-00269, NAME: NOAA Pisces Pipe Repair





(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.





(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 336611. The small business size standard is 1,250 Employees.





(V) This specification contains requirements for providing containment boom for NOAA.





REQUIREMENTS:





4.1. All shipboard welding shall be performed by ABS certified welders using ABS approved weld procedures. Weld certifications and welding procedures shall be turned over to COR prior to start of work.





4.2. Work with the COR and Ship’s Force to coordinate and tag out Sewage Overboard System (528-VL-12) and the Distillation Unit Overboard System (524-VL-33).





4.3. Procure the services of a boat to access the port side of PISCES shell piping penetrations.





4.4. Using a temporary plug, close up the overboard penetrations for the 2-inch MSD Overboard and the 2.5-inch Distillation Unit Overboard shell pipe penetrations.





4.5. With the COR, coordinate moving the ship’s cranes starboard to heel the ship over to ensure pipe penetrations are out of the waterline. Ship’s Force shall be available to operate the cranes.





4.6. Crop out and replace the piping between the shell and the isolation valve. Replacement shall minimize time that the piping penetrations are open and shall be made watertight within one (QTY 1) working day. Approximate length of piping for each pipe is three (QTY 3) feet. Sewage piping is 2-inch Schedule 80 steel piping. Auxiliary piping is 2-1/2” 90/10 copper nickel piping.





4.7. Inspect the fit-up with ABS. Conduct NDT testing on the final welds to the satisfaction of ABS. Government shall provide the services of ABS.





4.7.1. Testing shall include filling up the pipe to the closed isolation valve from outside the hull to ensure zero leakage into the ship.





4.8. Piping replacement includes the flange to the isolation valve. Replace all hardware with new 316 stainless steel hardware.





4.9. Upon completion of repairs, paint all new and disturbed surfaces on the inside to match surrounding surfaces. Using the services of a QP-1 contractor, paint the shell piping and disturbed shell plate with a complete hull coating system consisting of the following PPG International Paint (or approved equal):





4.9.1. Intertuf 262 Haze Gray – 5 mils



4.9.2. Intertuf 262 Haze Gray – 5 mils



4.9.3. Interspeed 640 Red – 8 mils



4.9.4. Interspeed 640 Red – 5 mils





4.10. Replace all disturbed insulation.





4.11. Repair the reach rod for each isolation valve. For bidding purposes, estimate reach rod repairs to be $750 and 10 labor hours. Reconnect the reach rod to each isolation valve and test with COR.





4.12. Replace the 2-1/2” 90/10 copper nickel blind flange on the Auxiliary Sea Water Cooling pipe to the Trawling System Cooler in the Oceanographic Winch Room on the starboard side using 316 stainless steel hardware and a new gasket. Pipe is located in the bilge.



(VII) Date(s) and place(s) of delivery and acceptance.





Period of Performance



Materials shall be delivered no later than December 2, 2022 – January 14, 2023





NOAA Ship PISCES



Singing River Island



Pascagoula, MS 39595





Onsite contact is PISCES Port Engineer Stephen Spindler (Stephen.spindler@noaa.gov; 251.776.3099).





1. The Request for Quote (RFQ) number;

2. The Name, Address, Telephone Number, and DUNS Number of the Offeror;

3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;

4. Acknowledgment of Solicitation Amendments (SF-30), if any.

5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products.



6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #.



8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.).



9. A copy of the liability insurance (please ensure is up to date).(For Services Only)



10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration.



11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope onboard marine vessels.



12. Vendor shall provide a point of contact that includes name, telephone number, emails, contract value and a detail description of the work performed.





*** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. ***





"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".





CAM 1352.215-72 Inquiries (APR 2010)



OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Christopher.baker@noaa.gov or link below



https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee





(End of clause)





(IX) FAR 52.212-2, Evaluation – Commercial Items (https://www.acquisition.gov/far/part-52), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)





The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)



PROVISIONS:



DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE,



https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl





CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010)



CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010)



CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010)





1352.233-70 Agency Protests (insert current date)



(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)



(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov



(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration



601 East 12th Street



Kansas City, Missouri 64101



Bradley.willis@noaa.gov



(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.



(e) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858



(End of clause)





1352.233-71 GAO and Court of Federal Claims protests (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses)





(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.



(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.



(c) Service upon the Contract Law Division shall be made as follows:





U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858





(End of clause)





(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





Offers shall submit quotes electronically no later than 0800 hrs EST, December 1, 2022. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)


Attachments/Links
Contact Information
Contracting Office Address
  • OMAO FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 21, 2022 08:52 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >