The RFP Database
New business relationships start here

Vessel Repair


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

The Naval Special Warfare (NSWC) Command, Contracting Department intends to award a 100% Small Business Set-Aside, single-award, Firm Fixed Price (FFP), contract for the repair, modification and refurbishment of a 60' trawler; M/V TIBURON (60NS8701).

Repairs include but are not limited to the following:


Engine Room
• Provide materials and services to prep and paint the engine room deck, bulkhead and overhead. Bulkhead and overhead paint shall be gloss white. Deck paint shall be gloss gray with non-skid additive in areas subject to foot traffic. Overhead shall be painted following installation of lagging. All paint shall meet requirements for intended marine purpose, and capable of withstanding the engine room environment.
• Provide materials and services to remove and replace overhead lagging. Lagging and lagging adhesive shall meet requirements for intended marine purpose, and be capable of withstanding the engine room environment. Removable engine access panels shall be lagged with silver lagging capable of withstanding elevated temperatures found above the engines. These silver engine access panels shall not be lagged. Lagging shall be installed in such a manner that engine access panels may be removed and reinstalled without damage to lagging.
Engines:
• Provide materials and services to remove and replace seawater inlet strainers for port and stbd engines.
• Provide all new valves, piping, hoses, hose clamps (All seawater and fuel system connections shall be secured with double hose clamps).
• Provide and install electronic local gauges for main engines that indicate engine RPM, oil pressure, jacket water temperature, and marine gear oil temperature. Note that these gauges will be mirrored in the pilot house and fly bridge.
Fuel System:
• Provide materials and services to remove and replace Fuel RACOR filter assemblies in their entirety.
• Provide materials and services to remove, procure new and install fuel hoses and fittings from the fuel tank to the engines. If hose clamp connections are used, double clamps are required.
• Conduct a complete and thorough polish of fuel tanks.
• Provide services and materials to identify and label all fuel suction and return valves.
• Provide materials and services to label all fuel piping with direction of flow.
Bilge Pump:
• Provide Materials and services to remove and replace engine room bilge pump, float switch, discharge hose, hose claps, thru hull fitting and overboard discharge valve. Pump shall be equal or higher capacity and quality.
• Procure and install new bilge pump waterproof junction box and terminal board.
Engine Room Hatch:
• Provide material and service to repair cracks in fiberglass on bottom side of engine hatch at strongback.
• Provide materials and service to repair and reinforce fiberglass engine room hatch frame at forward stbd side. (Frame has excessive flex when opening hatch.)
Engine Battery Bank:
• Provide material and service to replace port and stbd engine start batteries with new batteries. Batteries shall be equal or higher capacity and quality and shall be adequately secured with clamps, brackets, or by other means.
• Provide materials and service to remove, procure new and install new battery cables and connectors.
House Battery Bank:
• Provide material and service to replace three house batteries with new batteries. Batteries shall be equal or higher capacity and quality and shall be adequately secured with clamps, brackets, or by other means.
• Provide materials and service to remove, procure new and install battery cables and connectors.
Installed Firefighting System:
• Provide material and service to perform inspection and certification of installed firefighting system.
Generator Room Seawater inlet system:
• Provide materials and services to remove and replace with new the generator (port and stbd) seawater suction / hull valves, strainers and hoses.
• Provide materials and services to remove and replace with new the bilge pump overboard valve, fitting, and hose.
Hynautic Steering System:
• Provide materials and services to remove the Hynautic steering system in its entirety and replace with new to include but not limited to; steering cylinders, piping, hoses, and rudder angle indicator. All mounting hardware shall be 316 SS.
• Provide materials and services to install an electric backup pump for the Hynautic steering system.
Generator Battery Bank:
• Provide material and service to replace generator start batteries with new batteries. Batteries shall be equal or higher quality and capacity and shall be adequately secured with clamps, brackets, or by other means.
• Provide materials and service to remove, procure new and install new battery cables and connectors.
Overhead Vent:
• Provide material and service to install vent screen over 3 foot hole in overhead centerline aft end of space.
Paint.
• Provide materials and services to prep and paint the generator room deck, bulkhead and overhead. Bulkhead and overhead paint shall be gloss white. Deck paint shall be gloss gray with non-skid additive in areas subject to foot traffic. All paint shall meet requirements for intended marine purpose, and capable of withstanding the engine room environment.
Aft Working Deck:
• Provide materials and services to remove false flooring, seal exposed fiberglass and install new flooring.
• Remove false flooring and provide materials and services to crop out and replace approximately 14 sq ft of soft decking port side aft forward of dive door and other aft working deck locations.
• Remove all handrails and reinstall with new 316 SS hardware after painting.
• Remove generator access hatch and frame. Replace all gaskets/sealant and reinstall with new 316SS hardware.
• Provide materials and services to prep and paint ladder to bridge wing and replace non-skid on ladder treads.
• Manufacture and install new dive deck to transom using 316 SS hardware and marine materials, using the old dive deck as a sample.
Bridge Wings and Aft Deck:
• Provide materials and services to remove port and stbd bridge wing handrails and reinstall with new 316SS hardware after painting.
• Provide materials and services to remove and replace with new all marine grade plywood from the bridge wing decks.
• After removal of plywood, provide material and services to inspect bridge wing deck surface and provide a report of repairs needs. For bidding purposes provide labor and materials for 25 sq ft of fiberglass repairs.
• Provide materials and services to repair/replace damaged fiberglass and wood for the aft deck overhang.
• Provide materials and services to remove existing shore power cable and install 50 amp shore power outlet with breaker and weather tight box. Procure and provide two 50 amp shore power cables, one 20 ft and one 50 ft.
Galley and Main Cabin:
• Provide materials and services to remove galley/main cabin overhead paneling.
• After removal of overhead paneling, provide material and services to inspect overhead identifying areas in need of repair. For bidding purposes provide labor and materials for 10 sq. ft. of repairs.
• Provide materials and services to remove, inspect, reinstall, and seal all galley, main cabin, head and stateroom windows using new seals, gaskets and stainless steel mounting hardware.
• Perform a water hose test on the all window seals. No leakage allowed.
• Reupholster cabin table benches and cushions with heavy duty brown, leather like, naugahyde.
Aux Machinery Space:
• Provide materials and services to remove and replace with new, the Aux Space Breaker Panel and breakers. Ensure all breakers are properly sized and labeled. Label, relug, and reuse existing wiring.
• Provide materials and services to remove and replace with new the forward Cruzair HVAC system.
• Provide materials and services to prep and paint the aux space deck, bulkhead and overhead. All paint shall meet requirements for intended marine purpose, and be capable of withstanding the aux machinery space environment. Bulkheads and overhead shall be painted gloss white. Deck shall be painted gloss gray with non-skid additive in areas subject to foot traffic.
• Provide materials and services to remove and replace with new the overboard valves / fittings for the port and stbd bilge pumps, grey water overboard, AC unit S/W inlet and S/W overboard.
• Provide materials and services to install a seawater desalination reverse osmosis unit, including all required hoses, pumps, and valves. Unit must have the capacity to produce a least 100 gallons of drinking water per day.
Pilot House:
• Provide materials and services to remove, inspect, and reinstall all pilot house and chart room windows using new seals, gaskets and stainless steel mounting hardware.
• Perform a water hose test on the all window seals. No leakage allowed.
• Provide materials and services to remove existing Raymarine Radar and navigation equipment and replace with new Simrad Marine Electronics NSO evo3 system. This system shall include all ancillary equipment to provide live stream video in main and auxiliary spaces (generator room, engine room, aux machinery room) and weather decks (one bow, one fly bridge looking down); radar; autopilot / rudder indicator; depth sounder; GPS navigation; and ability to load electronic navigation charts. Furthermore, fly bridge console components shall include the ability to navigate, set a course via the autopilot, and observe rudder position via rudder indicator.
• Provide materials and services to remove existing and procure and install new electronic engine and generator monitoring systems. Engine system shall display for both engines, RPM, oil pressure, jacket water temperature, and marine gear oil temperature. Generator monitoring system shall display for both generators, jacket water temperature, oil pressure, and indication regarding engine run condition (operating or secured). This system will replace existing engine and generator gauges.
• Procure and install an electric window wiper system for the three forward pilot house windows sufficient to clear the majority of the window surface area.
• Provide and install a forced air defogging system for the three forward pilot house windows.
Fly Bridge:
• Provide materials and services to remove topside Mitsubishi HVAC unit external sheet metal housings, remove rust, prepare, prime and preserve using corrosion preventive paint. Reinstall housings with 316SS hardware.
• Provide materials and services to replace all lagging materials on topside Mitsubishi HVAC unit refrigerant piping.
• Manufacture and install new Bimini top using blue heavy-duty marine canvas.
• Manufacture and install new fly bridge console cover.
• Install engine and generator monitoring systems that mirror information displayed at pilot house.


Paint and Hull:
• Repair hull damage, two locations, on forward starboard bow area, reinstall starboard port-window blanking patch and glass over. Repair up to four square feet of other hull fiberglass issues.
• Replace missing rub rail, starboard and port.
• Repair port mid-ships ventilator.
• Perform surface preparation of all exterior topside surfaces to be painted in accordance with paint manufacturer's instructions. Surface preparation includes sanding and minor surface repairs to areas being painted.
• Decks and cabin exterior: apply primer and a two part polyurethane enamel paint system, in accordance with paint manufacturer's instructions. Topside to be gloss white, deck to be gloss gray with non-skid additive in areas subject to foot traffic. Paint finish to be free of runs, sags, drips, orange peel, and overspray
• Underwater hull: Prep existing surfaces in accordance with paint manufacturer's instructions, and apply Pettit Vivid anti-fouling paint, color blue, including surface prep and barrier coat in accordance with paint manufacturer's instructions. Apply two coats of anti-fouling, not including barrier coat. Paint finish to be free of runs, sags, drips, orange peel and overspray. This item includes the repair of up to two square feet of hull blisters.
External Natural Finished Wood and grating:
• Rebuild grating on Fly bridge helm.
• Prepare and refinish fly bridge grating, internal and external surfaces of galley door and pilot house door using marine grade polyurethane.
Propeller, Shafting and Running Gear:
• Provide materials and services to clean running gear, and renew shaft packing seal.
• Provide material and service to verify runout of propeller shafting, and report to TPOC.
• Provide materials and services to replace all zincs
• Provide materials and services to renew main shaft packing seal with new packing and subsequent adjustment.
• Provide materials and service to remove, inspect, recondition, polish and reinstall shaft propellers.
• Provide materials and service to remove, inspect, recondition, polish and reinstall spare set of shaft propellers.


The Government will hold a site visit of the vessel on the 10th of October at 1PM at 2220 Schofield Rd STE 100, Virginia Beach, VA 23459. Interested vendors shall notify Matt Morelewski by email at matthew.morelewski@socom.mil by COB Wednesday the 9th of October.


The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures.


The North American Industry Classification System (NAICS) code for this acquisition is 336611, Ship Building and Repair. The size standard is 1250.


A complete Request for Quote package will be available for downloading at the FBO website: http://www.fedbizopps.gov on or about 22 October 2019. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. By submitting an offer, the offeror is self-certifying that neither the requestor not the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220, or via Internet at https://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.


Matthew J. Morelewski, Contracting Officer, Phone 619-537-1365, Email matthew.morelewski@socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP