The RFP Database
New business relationships start here

Shipyard Services for the NOAA Research Vessel Shearwater


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

***Combined synopsis is attached***

Statement of Work - Annual Shipyard Services
NOAA Research Vessel SHEARWATER
Requisition Number: NCND6021-19-01217


A] GENERAL INFORMATION:


1] This Statement of Work contains the requirements for shipyard services on the NOAA Research Vessel Shearwater (R6201).


2] The general characteristics of the vessel are as follows:
Length:    62 feet                Beam:        24 feet
Draft:    6 feet                 Displacement:    41.3 tons


3] All work is to be accomplished at the Contractor's facility. NOAA will deliver the vessel to the Contractor's facility, and redelivery will also be at the Contractor's facility. The required performance period for all work defined herein is:


Phase 1, Dockside work-    August 23, 2019 to February 28, 2020
Phase 2, Haulout work-    November 30, 2019 to February 28, 2020

All work must be accomplished no later than February 28, 2020, in order to conduct research and education missions in the Channel Islands National Marine Sanctuary.


4] Coordination of the work schedules will be the responsibility of the Contractor to avoid any delays or disruptions in order to meet the performance period. The Contractor will provide all facilities, labor, materials, tools, and services required to complete the work UNLESS exceptions are noted in the specified tasks below.


5] Upon arrival at the Contractor's facility the contractor will accept full responsibility for the safety of the vessel, including but not limited to fire protection, security patrols, water-tight integrity, and protection from adverse environmental conditions, etc. This responsibility will terminate only after all work defined herein (or added during the work period) is complete, accepted by NOAA, and NOAA personnel remove the vessel from the Contractor's facility.


6] NOAA employees and contractors may be working on board the vessel during the contract performance period on a not to interfere basis. During this period it will be required that these personnel have full access to the vessel during normal working hours.


7] If the vessel is hauled from the water, the Contractor will ensure that all machinery and equipment used for that purpose is fully functional, suitable for the task, rated for loads at least 20% greater than the maximum weight of the vessel, and operated by trained, competent personnel. The NOAA COTR will provide a docking plan for the vessel if requested.


8] The government reserves the right to award some or all tasks defined herein, and to add tasks during the work period so long as period of performance revisions, if any, are mutually agreed.


9] All work performed under this SOW (or added to it during the period of performance) will meet or exceed all current requirements of ABYC and USCG (Subchapter T) as applicable to this size and type of vessel, in addition to any specific requirements stated below.


10] In the event defects or damage unrelated to the work tasks defined below are discovered, the Contractor will submit a Condition Found Report (CFR) to attending NOAA staff. The CFR will define corrective actions needed, the cost for that work (separated into labor, materials, services, and total), and the impact to the performance period.


11] All welding required as part of the tasks defined below will be performed by certified welders working in accordance with approved weld procedures. Certifications and approvals by USCG, ABS, or another nationally recognized authority are acceptable, and copies of these will be presented to the NOAA representative before work begins.


B] SPECIFIC WORK TASKS - PHASE 1 - DOCKSIDE


B1] Service dive compressors (2)
Shearwater has two breathing air compressors on board (both Bauer Mariner II). One is mounted in the port engine space while the other is a portable unit stored on the top deck.
o    Change compressor oil and filters using the manufacturer's recommended oil and filters. Inspect compressor filter canisters for corrosion and pitting before inserting new filter cartridges.
o    Inspect compressor cooling fans and V-belts, and inter-stage and crankcase cooling fans.
o    Clean element of intermediate separator.
o    Inspect all control valves installed on the compressors. If repairs or replacement is required, submit a CFR to NOAA staff.
o    After the filters and fluids have been replaced run the compressor up to the maximum allowable working pressure (MAWP) and hold at this pressure to ensure there are no leaks anywhere in the system. Use the pressure just before the system is about to shut itself down (approx 4,000psi for the mounted compressor and 3,200 for the portable compressor).
o    Provide separate written reports for each compressor detailing all work done.


B2] Replace hydraulic hoses and tubes
Remove and replace the following hydraulic components located on the vessel exterior:
o    A-frame hoses and hard hydraulic tubes on A-frame rams
o    Anchor winch hoses
o    Foredeck capstan hoses
New hoses, tubes, and fittings of equal or better pressure rating, bend radius, and weather-resistance will be provided and installed. New A-frame tubes will be of stainless steel. Hose fittings and ferrules will be cadmium-plated steel, and be wrapped in Densyl tape after installation. Hose lengths will be replicated unless improved routing of the new hoses offers clear advantages and NOAA staff approve. If existing hoses have chafe or weather protection sleeves installed, those will be duplicated for the new hoses. The Contractor will take all precautions against spilling hydraulic fluid during replacement, and any drips or spills will be completely cleaned up. To the extent possible, new hoses will be charged with the same hydraulic oil that is currently in the system before installation. Upon completion, NOAA staff will operate the hydraulic equipment and the Contractor will demonstrate that no leaks are present.


B3) Service main engines (2)
The contractor shall have all preventative maintenance and service recommended by DDA for an engine of 14,700 hours of service performed on the starboard engine. The contractor will have all preventative maintenance and service recommended by DDA for an engine of 13,900 hours of service performed on the port engine. In addition, include the following work on both engines:
o    Replace fuel supply and return lines to fuel tank
o    Replace water injection exhaust elbows
o    Replace raw water circulation pumps
o    Replace thermostats
o    Replace cooling water hoses to turbochargers
Provide a written report describing all work performed. Upon completion conduct dock trials and sea trials to demonstrate proper operation of the engines and related systems.


B4] Service transmissions (2)
Conduct the following services tasks on the port and stbd main engine transmissions:
o    Replace oil filters and oil
o    Clean suction strainer
o    Inspect magnetic oil sump plug, clean if required
o    Inspect anodes, clean if required
o    Inspect flywheel housing vents, clean if required
o    Report adverse findings on all sub-tasks above to NOAA staff.
Upon completion conduct dock trials and sea trials to demonstrate proper operation of the transmissions.


B5] Service generators (2)
The contractor shall have the following service work performed on both generators installed in the vessel. Provide a written report describing all work completed.
o    Check valve clearances
o    Check injectors
o    Change impeller in raw water pump
o    Replace fuel supply and return lines to fuel tank
Upon re-launching of the vessel conduct dock trials and sea trials to demonstrate proper operation of both generators and related systems.


B6] Aft steps nonskid
Remove the nonskid sheet material from the port and starboard steps to the dive platforms. Clean the steps and remove all surface corrosion. Weld on new treads made of 1/8" thick diamond plate with an aggressive nonskid texture.


B7] Repair at mast base
A crack has developed in the deck near the base of the starboard, center, aft mast pipe. Remove the mast and determine the extent of the crack. Grind out the crack to clean metal and reweld. Install a gusset or bracket to support the deck in way of the mast pipe. Clean up the welded area, restore any disturbed nonskid, and reinstall the mast. Test any electrical devices disconnected during the work and demonstrate that they operate properly.


B8] Test batteries
Clean the eight each clean-power system batteries and terminals. Load test the batteries and provide a written report of results. If any batteries require replacement, submit a CFR to NOAA staff.


B9] Repair engine room insulation
Repair the failed acoustic/thermal insulation in the port and starboard engines rooms where it is degraded and falling down. Use the same type of insulation where replacement is required, tape all exposed edges, and secure it with mechanical fasteners.



C] SPECIFIC WORK TASKS - PHASE 2 - HAUL OUT

C1) Haul, clean, block, store, and launch
Remove the vessel from the water. Pressure-wash the entire hull from sheer line to keel, removing all dirt, grime, and marine growth. Clean all surfaces within the tunnel. Similarly, clean all fittings below waterline, including propulsor components, struts, stern tubes, rudders, foils, fins, through-hulls, etc. Clean transducers with a non-metallic brush, taking care to not mar the emitting surface in any way. Clean all surfaces of all anodes with a wire brush unless they are to be replaced.

Block the vessel in a level altitude with the keel (or keels) 36" minimum off the ground. Inspect the hull, coatings, and all attachments and report any damage or discrepancies to NOAA staff in writing. Provide electrical power to the vessel suitable for its shore power system.

Upon completion of all work done on the hard, launch the vessel, inspect all compartments for leaks, and secure it dockside. If dockside testing or underway trials are required after launch, provide advance notification so NOAA personnel can attend.


C2] Recoat bottom paint
Sand blast/grind all areas of corrosion, scrapes and nicks below painted waterline on the hull and rudders. Spot-prime same areas with one coat of Interguard 264 epoxy primer. Wash bottom with fresh water and hand dry to remove all contamination from surface. Apply a full coat Interguard 264 primer and one coat of Intersleek 731 tie coat to the hull and rudders at recommended dry times. Apply one full coat Intersleek 1100 series over the hull and rudders, allow proper drying time before launching.


For all coatings, shift the hull blocks and coat previously inaccessible areas. Upon completion of all coatings, cleanup masking and vessel protection, and wash vessel prior to launch.


C3) Renew Prop-speed
The contractor shall renew the Prop-speed coating on the propellers, shafts, and other items of running gear that are currently coated with this material. Follow manufacturer's instructions for preparation and application.


C4) Inspect all seacocks
The contractor shall open, actuate, and visually inspect all seacocks in the hull bottom and topsides. A written report shall be submitted to the COR detailing the location and condition of seacocks. If required submit a CFR for any recommended repairs.


C5) Pressure test foils, strakes, and guards
After the vessel is hauled and washed, and after the surfaces are dry, but before the application of new coatings, inspect the foils, strakes, and guards for evidence of leaks. Report any leaks found to the COR in writing. Remove the test plugs from each of these items and pressure test to 3 PSI for non-visible leaks. Hold pressure for ten (10) minutes and determine if pressure has been lost. If pressure is lost, locate leaks by soapy film test or other means. Repair leaks and repeat testing until no additional leaks are found. Reinstall test plugs using suitable marine grade pipe thread sealant.


C6] Inspect transducers
Open the transducer cofferdam in the starboard hull and inspect. Determine quantity of any water in the housing. Determine the condition of transducers and wires in the housing. Determine the condition of the cofferdam and cover. Provide a written report to attending NOAA staff. After NOAA review close up the cofferdam.


C7] Survey hull thickness
The Contractor will utilize certified technician to take ultrasound readings of hull plate thickness in the following locations:
o    Within 12" of each side of each hull keel, from the engine room forward bulkhead to the collision bulkhead; 50 readings, evenly spaced.
o    The entire surface between the main hull girders in the engine room and lazarette; 50 readings, evenly spaced.
Provide a detailed report of findings, including locations of readings and plate thicknesses, to NOAA staff upon completion.


C8] Quadrennial inspections
The contractor shall conduct a quadrennial inspection and load test of the hydraulic crane, the A-frame, and the scientific winch in accordance with 29 CFR 1919 Subparts D and E. Items are to be load tested to 125% maximum rating. The tests shall be conducted by an OSHA accredited person. The contractor shall provide a certificate documenting the quadrennial inspection including detailed results of the tests.


C9] Clean fuel tanks
The vessel will be delivered to the yard with minimal fuel in the two diesel storage tanks. The Contractor will drain the remaining fuel in the tanks and store that fuel for re-use. Visually inspect the interior of the fuel tanks for marine growth, foreign substances, and corrosion. Clean the interiors of both fuel tanks. Note any defects found in writing. Replace the stored fuel via a fuel polishing filter system to remove any contaminants. No additional fuel will be added.


C10] Replace graphics
Replace the following hull graphics in kind:
o    "NOAA R6201" lettering at P&S bows
o    "Channel Islands National Marine Sanctuary" lettering at port & stbd sides
o    NOAA circular logo at port & stbd bows (NOAA will provide electronic file)
o    Replace all blue striping (light and dark blue) on the vessel
Before applying new lettering and decals, clean and prepare the hull surfaces in accordance with material manufacturer's standards.


C11] Install rudder locks
Design and install removable pins to secure each rudder amidships in the event of steering system failure. In the event of failure, the rudders will be moved to center by the crew, and the pins will be dropped in place quickly and without the need for tools. The pins will pass through existing holes in the tiller arms.


C12] Revise sight tube valve
Replace the broken handle on the port fuel tank lower sight tube valve. Fabricate and install a reach rod similar to that on starboard to articulate the valve. Demonstrate reach rod function to NOAA staff.


D] OPTIONAL WORK TASKS -


D1] Water maker
Inspect Newport 400 MPC-5000 MkII water maker and advise on how much it would cost to put it back in service. Provide a CFR with recommendation and price information to bring it back online.


E] IT SECURITY REQUIREMENTS
The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The contractor will not have access to any government owned IT equipment or be furnished government privileged information. However, the contractor will have full access to the vessel and all of its systems.


F] AWARD BASIS
Performance factors are equal to price. Contractor must demonstrate past performance in working with aluminum high speed catamaran vessels including aluminum welding.


G] LOCATION
The contractor shall propose the location for repairs. The vessel is to be transported at sea by the government to and from the repair facility. The government shall asses the cost of $30/per Nautical Mile at sea from Santa Barbara Harbor, to and from the proposed repair facility in determining the lowest cost proposal. The government shall include the travel costs of a Santa Barbara-based NOAA representative in accordance with the JFTR (Joint Federal Travel Regulations) during the entire duration of repairs conducted greater than 50 miles from Santa Barbara to determine the lowest cost proposal.


Nicholas G. Brown, Contract Specialist, Phone 3034976349, Email nicholas.g.brown@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP