Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
MODIFICATION

19 -- Detail Design and Construction of Class B Vessels (NOAA/OMAO/PIAD)

Notice Date
5/19/2022 5:52:06 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
1305M222RNMAN00157
 
Response Due
8/16/2022 12:00:00 PM
 
Archive Date
08/31/2022
 
Point of Contact
Andrew Northcutt, Phone: 7574416457, Andrew Hildebrandt, Phone: 7574416865
 
E-Mail Address
Andrew.Northcutt@noaa.gov, andrew.hildebrandt@noaa.gov
(Andrew.Northcutt@noaa.gov, andrew.hildebrandt@noaa.gov)
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division, Norfolk, VA, on behalf of the Office of Marine and Aviation Operations (OMAO), Platform and Infrastructure Acquisition Division (PIAD) is soliciting for the Detail Design and Construction of Class B Vessels. This Request for Proposals (RFP) is for a single phase detail design and construction of two Class B vessels with options to procure up to two additional vessels for the OMAO to meet OMAO�s scientific operational advancements in the collection of scientific data from ships, aircraft, unmanned systems and land-based facilities. The Offeror shall provide all resources necessary to successfully deliver a base of two vessels, with options for up to two additional vessels, in accordance with the Specification.� Contract Line Item Number (CLIN) descriptions are listed below. For Contract Line Item Number (CLIN) 0001, CLIN 0006- NOAA CLASS B DETAIL DESIGN AND CONSTRUCTION, VESSEL #1 (CLIN 0001) AND VESSEL #2 (CLIN 0006).� The Offeror shall furnish all resources necessary to perform the Detail Design and Construction of one NOAA CLASS B Vessel at the Offeror�s facilities.� The Offeror shall perform the technical, procurement, and other tasks necessary for the Detail Design and Construction of the NOAA CLASS B Vessel. The Offeror shall provide the management effort necessary to ensure the on-schedule completion of the Detail Design and Construction. The Offeror shall identify and take steps to correct all problems and potential problems arising during contract performance which could impact the on-schedule completion of the NOAA CLASS B Vessel.� A Crewed Survey Launch shall be included with the delivery of each NOAA Class B Vessel. For OPTION CLINS 0002, 0007, 0013, 0018 � VENDOR RECOMMENDED SPARES, VESSEL #�S 1, 2, 3 AND 4.� The Offeror shall provide additional repair parts, spares, special tools, and support and test equipment as required by the Government.� Orders for this effort shall be executed via bilateral contract modification. No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative.� The stated material handling percentage proposed shall be applied to the proposed materials costs. The material handling percentage stated in the price schedule under CLINS 0002, 0007, 0013 and 0018 includes any applicable handling charges, storage, overhead, or other costs. For NOT TO EXCEED (NTE) CLINS 0003, 0008, 0014, 0019 - ADDITIONAL GOVERNMENT REQUIREMENTS, VESSEL #�s 1, 2, 3 AND 4.��Offeror shall provide support to complete load out of Vessels (including GFE installs, yard crane support, Equipment support, foundation welding, run cable, etc.), Production, Engineering and Material Handling rates shall be submitted in Attachment J.9 Price Schedule. Support under this CLIN will be negotiated, funded and authorized on an as needed basis.� Authorizations shall be memorialized via bilateral contract modification. No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative. For OPTION CLINS 0004, 0009, 0015, 0020 - INITIAL OUTFITTING, VESSEL #�S 1, 2, 3 AND 4. The Offeror shall provide outfitting material as ordered by the Government. A representative initial outfitting list is provided as Attachment J.15 Initial Outfitting List to this solicitation. Attachment J.15 Initial Outfitting List is not intended to be all inclusive and is provided as information only.� Orders for this effort shall be executed via bilateral contract modification. No action shall be taken by the Offeror without prior approval of the Contracting Officer.� The stated material handling percentage proposed shall be applied to the proposed materials costs. The material handling percentage stated in the price schedule under CLINS 0004, 0009, 0015 and 0020 includes any applicable handling charges, storage, overhead, or other costs. For OPTION CLINS 0011 - CREWED SURVEY LAUNCHES, VESSEL #�S 1, 2, 3 AND 4.��The Offeror shall furnish up to three (3) additional crewed survey launches for each vessel (up to twelve (12) in total) as identified in the Statement of Requirements. Pricing for Crewed Survey Launches for each fiscal year shall be submitted in Attachment J.9 Price Schedule.� Orders for this effort shall be executed via bilateral contract modification.� No action shall be taken by the Offeror without prior approval of the Contracting Officer.� The price for this option item will not be included in the total evaluated price. For NTE CLINS 0005, 0010, 0016, 0021 - SPECIAL STUDIES AND DOCUMENTATION, VESSEL #�S 1, 2, 3 AND 4.��The Offeror shall provide support to determine the potential impact on new requirements (such as equipment, technology updates, regulatory changes, etc.).� Production, Engineering and Material Handling rates shall be submitted in the Price Schedule.� Support under this CLIN will be negotiated, funded and authorized on an as needed basis.� Authorizations shall be memorialized via bilateral contract modification. No action shall be taken by the Offeror without prior approval of the Contracting Officer (CO) or formally delegated representative. For OPTION CLINS 0012 and 0017- NOAA CLASS B DETAIL DESIGN AND CONSTRUCTION, VESSEL #3 (CLIN 0012) AND VESSEL #4 (CLIN 0017). The Offeror shall furnish all resources necessary to perform the Detail Design and Construction of one NOAA CLASS B Vessel at the Offeror�s facilities.� The Offeror shall perform the technical, procurement, and other tasks necessary for the Detail Design and Construction of the NOAA CLASS B Vessel. The Offeror shall provide the management effort necessary to ensure the on-schedule completion of the Detail Design and Construction. The Offeror shall identify and take steps to correct all problems and potential problems arising during contract performance which could impact the on-schedule completion of the NOAA CLASS B Vessel. �A Crewed Survey Launch shall be included with the delivery of each NOAA Class B Vessel ordered.� Orders for this effort shall be executed via bilateral contract modification.� No action shall be taken by the Offeror without prior approval of the Contracting Officer.� This acquisition will be competed on a full and open basis utilizing Federal Acquisition Regulations (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiation. This acquisition is limited to Offerors with shipyards (Place of Performance) domestic to the continental United States. A firm fixed price (FFP), single award contract is anticipated. The North American Industry Classification System (NAICS) code for this acquisition is 336611. The small business size standard is 1,250 employees. Solicitation Inquiries shall be received no later than 3:00 PM Eastern, JUNE 17, 2022 and must be sent to andrew.hildebrandt@noaa.gov and andrew.northcutt@noaa.gov and include the following subject description:� �1305M222RNMAN00157: OMAO Class B Vessels Inquiry (Name of Offeror)� Proposals shall be submitted to both the Contracting Officer, Andrew Hildebrandt and the Contract Specialist, Andrew Northcutt, via email at andrew.hildebrandt@noaa.gov and andrew.northcutt@noaa.gov no later than 3:00 PM Eastern, AUGUST 16, 2022. Pricing shall be submitted using Attachment J.9 Price Schedule.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45ae10e950e04cd3b5683c2c4065424e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06331899-F 20220521/220519230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.