Combined Synopsis/Solicitation "Bee" Boat Repair
ID: FA441824Q0086Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of a "BEE" boat at Joint Base Charleston, South Carolina. The procurement requires a contractor to provide comprehensive repair services for a 2004 Aluminum Chambered Boat, including the installation of new engines, fuel systems, and wiring, all in accordance with the Statement of Work and relevant safety standards. This project is critical for maintaining operational readiness and safety standards for naval operations, with a performance period of 90 calendar days following the award. Interested small businesses must submit their quotations by 2:00 PM EST on September 16, 2024, referencing RFQ number FA441824Q0086, and can contact Levi Mowrey or Brandy M. Stroud for further information.

    Files
    Title
    Posted
    This document is a combined synopsis/solicitation for the repair of a "BEE" boat at Joint Base Charleston, SC. The Request for Quotation (RFQ) number FA441824Q0086 indicates a 100% Small Business Set-Aside under the NAICS code 336611, related to shipbuilding and repair. The solicitation invites quotes for repairing one "BEE" boat in accordance with the attached Statement of Work, with a performance period of 90 calendar days post-award. Offerors are required to submit a comprehensive quote including technical descriptions, pricing, company details, and acknowledgment of any amendments by the RFQ due date of 16 September 2024, at 2:00 PM EST. The evaluation criteria emphasize technical acceptability and price, with awards granted to the lowest priced technically acceptable offer. Key provisions from the Federal Acquisition Regulation (FAR) govern the solicitation process, including rules for representation and certifications necessary for contracting. The anticipated purchase order will be a firm-fixed price, ensuring the government’s needs are met while fostering participation from small businesses. The document underscores the importance of compliance with specified regulations and timelines.
    The 628th Contracting Squadron is issuing a Request for Quotation (RFQ) for the repair of the "BEE" boat, categorized under the NAICS code 336611 for Ship Building and Repairing. Interested vendors are required to provide their quotations via email by 2:00 PM EST on September 16, 2024. The request includes details such as the quantity of one unit for boat repair services, which must comply with the accompanying Statement of Work. Vendors must provide information such as their name, point of contact, phone number, email, Cage/UEI code, business size, warranty, discounts, freight on board (FOB), and delivery specifics. This RFQ is part of a broader process undertaken by federal agencies to procure needed services from qualified businesses, ensuring compliance with federal contracting regulations while fostering participation from a diverse range of service providers.
    The document outlines the clauses and requirements for federal procurement, focusing on unique item identification, electronic invoicing, and compliance regulations pertinent to contractors working with the Department of Defense (DoD). Key clauses include those related to the compensation of former DoD officials, employee whistleblower rights, prohibitions on procuring telecommunications from certain regions, and specifications for unique item identification systems to trace and validate items exceeding a $5,000 value. Contractors must use the Wide Area Workflow (WAWF) system for electronic payments and submissions, ensuring accurate invoicing and compliance with tax and certification requirements. Additional regulations cover business operations in sensitive regions, representations for small business qualifications, and certifications surrounding labor practices. This document serves as a comprehensive guide for contractors bidding on federal projects, ensuring they meet legal and operational standards set forth by federal acquisition regulations.
    The document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for South Carolina, specifically Berkeley, Charleston, and Dorchester counties. It details minimum wage requirements set forth by Executive Orders 14026 and 13658, applicable to contracts awarded after January 30, 2022, with corresponding hourly rates of $17.20 and $12.90 respectively. Various occupations and their respective wage rates are provided, ranging from administrative roles to specialized positions in health care, mechanics, and technical functions. The document specifies required fringe benefits, including health and welfare, vacation, and holiday entitlements. It also addresses compliance and conformance procedures for occupations not covered in the wage determination, as well as additional classification requests. This wage determination serves to ensure fair compensation for employees involved in federal contracts, aligning with labor standards and protecting worker rights, which is critical for agencies responding to RFPs or seeking federal grants where SCA regulations apply.
    The "BEE" Boat Repair project mandates the vendor to restore a 2004 Aluminum Chambered Boat, ensuring all installations align with manufacturer specifications and adhere to EPA emission guidelines. The scope includes removing and replacing engines, fuel lines, wiring, and steering systems, while performing necessary repairs. The vendor must install two 150 horsepower, ethanol-free gasoline engines, with specified steering, wiring, fuel system components, and a digital LED gauge dashboard. Key requirements include the transport of the boat, provision of a parts warranty and a 12-month service warranty. Wiring systems must accommodate multiple systems aboard, including navigation equipment, and connect to dual 12V marine batteries. The project emphasizes compliance with safe boating standards and the COLREGS regulations. Overall, the document outlines detailed specifications for restoring the boat to ensure safety, compatibility, and performance standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    Survey Cabin Boat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the procurement of a 26-foot survey cabin boat, complete with two outboard motors and a trailer. This acquisition is essential for the U.S. Army Corps of Engineers in Memphis, as the vessel will be utilized for various surveying and operational tasks in support of their missions. The solicitation has been amended to extend the closing date to September 19, 2024, and interested parties can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or by phone at 901-544-3048 for further details.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    15--FAIRING,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for aircraft fairings from The Boeing Company on a sole source basis. The specific requirement involves the repair of two units of NSN 7R-1560-016599590-P8, with no available drawings or data for alternative sources, as Boeing is the Original Equipment Manufacturer (OEM) and the only known source for this repair part. This procurement is critical for maintaining the operational readiness of military aircraft, and interested parties must submit their capabilities and qualifications to the primary contact, Dylan E. Payne, via email by the specified deadline, with the anticipated award date set for March 2025.
    USNS RAPPAHANNOCK Replacement Engine Steyr SE236E40 Solas
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking proposals from qualified small businesses for the procurement of engine kits and components for the Willard 670 Solas RHIB, under Solicitation Number N4044624Q0009. This opportunity emphasizes the need for comprehensive pricing, delivery estimates, and technical specifications to meet the government's requirements, with a firm-fixed-price purchase order anticipated. The goods are critical for supporting military operations, and the delivery is expected by October 28, 2024, to San Diego, CA. Interested bidders must submit their quotes by 2:00 PM on September 26, 2024, via email to Donnie Leger at donnie.s.leger.civ@us.navy.mil, and adhere to federal regulations regarding small business participation and product sourcing.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    TRAILER,BOAT MOVING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of boat moving trailers. The contract requires the manufacture of trailers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These trailers are critical for the transportation of naval assets, ensuring operational readiness and logistical efficiency. Interested contractors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days and the possibility of a contract award that includes an option for increased quantity within 365 days. For further inquiries, potential bidders can contact him at 717-605-1316.