Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

J -- PROPELLANT BARGE DRYDOCK & REPAIR WITH OPTIONS

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
RFO13-SSC-O-04-01
 
Response Due
10/31/2003
 
Archive Date
10/8/2004
 
Point of Contact
Gregory Fletcher, Contract Specialist, Phone (228) 688-2223, Fax (2281) 688-1141, Email gregory.fletcher@ssc.nasa.gov - Beth L Bradley, Contract Specialist, Phone (228) 688-3764, Fax (228) 688-1141, Email beth.bradley@ssc.nasa.gov
 
E-Mail Address
Email your questions to Gregory Fletcher
(gregory.fletcher@ssc.nasa.gov)
 
Description
NASA/SSC plans to issue a Request for Offers (RFO) for the following Commercial item/services: Drydock, Inspect, Paint, and Repair One (1) each, Liquid Oxygen (LOX) Barge, in accordance with the Statement of Work Sections I thru V, and the following options: Option 1: LOX Barge, in accordance with the Statement of Work Sections VI through X. Option 2: LH Barge, in accordance with the Statement of Work Sections XI through XV. Option 3: LH Barge, in accordance with the Statement of Work Section XVI. Option prices shall remain firm for one (1) year. Notice of the options are required by FAR 17.207(c)(4). The Statement of Work will be included in the solicitation document. The purpose of this project is to drydock, inspect, and paint, one NASA Liquid Oxygen (LOX) Barge with options for additional propellant barges (LOX & LH). The contractor is requested to provide pricing options for work on a second LOX barge (Option 1) of similar design, characteristics and construction. The work package for this second barge will be similar, but not exact. The requirements for Option 1 are herein described in a separate section. The contractor is requested to provide pricing for two additional options for work on Liquid Hydrogen (LH) Barges (Option 2 & Option 3). The LH barges are of differing design, dimensions, and characteristics than the LOX barges. The LH barge characteristics and requirements are herein described in a separate section. Thus the contractor shall provide pricing as follows: 1. One Liquid Oxygen (LOX) Barge (Sections I thru V) 2. Option 1 One Liquid Oxygen (LOX) Barge (Sections VI thru X) 3. Option 2 One Liquid Hydrogen (LH) Barge (Sections XI thru XV) 4. Option 3 One Liquid Hydrogen (LH) Barge (Section XVI) All options shall be priced separate and independent of one another. I. Objective ? One (1) each, Liquid Oxygen (LOX) Barge The objective of this project is to drydock, renew, inspect, and paint, one NASA Liquid Oxygen (LOX) Barge. II. Requirements - One Liquid Oxygen (LOX) Barge 1. All offerors are encouraged to make the site visit scheduled for October 20, 2003 at 1:00 PM at the NASA/John C. Stennis Space Center in Hancock County, Bay St. Louis, Mississippi to view the subject barge and anticipated work to assure the scope of work is fully understood. However, attendance is not a requirement in order to submit an offer. Potential offerors shall notify this office of their intent to submit an offer and/or attend the sive visit within five (5) days after posting of this synopsis. 2. All work shall be accomplished in accordance with the attached Statement of Work. All changes to the attached statement of work that impact contract cost, scope, or schedule shall be approved by the Contracting Officer prior to proceeding with the affected work. 3. Upon delivery of Barge to Contractor by the government, haul barge out on drydock. The contractor shall provide all mooring line and / or wire rope to facilitate docking of the barge. The contractor shall be responsible for placing the barge in drydock as directed by a contractor provided docking master. 4. The contractor shall take pictures of the barge after it is hauled out and prior to pressure washing and blasting operations. Two copies of such photos shall be provided to the government or government representative. 5. After the barge is hauled out, the contractor shall pressure wash the hull and the government or government representative shall conduct a walkdown survey of the vessel underwater hull. 6. The contractor shall take color pictures of the barge after it has been pressure washed and prior to blasting operations. Two copies of such color photos shall be provided to the government or government representative. 7. Prior to blasting/painting operations all equipment and components susceptible to damage or contamination shall be suitably protected in accordance with industry standards. 8. The contractor shall expand the lightening / drain holes on the external longitudinal stiffeners (in way of the tank manway) along the Liquid Oxygen tank to 2? in diameter. Three (3) holes shall be provided on each stiffener to facilitate draining of the pockets and prevent scale accumulation. 9. The contractor shall remove, fabricate new, and install deluge piping on the barge. The existing nozzles shall be removed preserved and reinstalled on the newly fabricated piping. This item shall include the port and starboard upper and lower runs of deluge piping running along the Liquid Oxygen tank. The attached drawing ?PROPELLANT BARGES LOX BARGES #1-#6 BARGE DECK DELUGE SYSTEM RENEWAL? DWG NO. SK2 provides the requirements for this task. The contractor shall renew the piping saddles under the deluge piping shore connection header. 10. Left Intentionally Blank 11. The contractor shall provide separate pricing for the following option: Fabricate and install Cryo Barge stairs. The attached Engineering Modification Instruction Package provides details and requirements for this option. This option shall be priced separately. This option shall be priced separately 12. The contractor shall remove handrails on the Port side in way of the location for the new vaporizers. The former attachment points shall be ground flush with the deck prior to painting. 13. The contractor shall remove all insulation/shielding and insulation/shielding brackets from the exterior of the Liquid Oxygen tank. This insulation/shielding shall be disposed of by the contractor and will not be replaced. The contractor shall dispose of the insulation in accordance with applicable Federal, State, and Local Statutes. 14. The contractor shall remove the deck mounted vaporizer coils and dispose of them in accordance with applicable Federal, State, and Local Statutes. Their former mounting locations shall be ground flush with the deck. 15. The contractor shall remove the foundations from the deck mounted winches and dispose of them in accordance with applicable Federal, State, and Local Statutes. Their former mounting locations shall be ground flush with the deck. 16. The contractor shall remove the test plug weldalets located on the deck for each barge internal tank. The weldalets are approximately ?? IPS schedule 40 and extend above the deck approximately 1?. Former locations shall be ground flush with the deck and insert welded such that they present a smooth surface with the deck. Each tank (22) is fitted with 2 plugged weldalets for an approximate total of 44. 17. Paint containing lead is believed to be present on many of the barge surfaces. It shall be the contractor's responsibility to ascertain the location of lead via standard industry testing methods prior to beginning work on any suspect area. All pricing shall include assumption of the need for lead abatement by the contractor. The contractor shall observe all safety and environmental regulations and procedures in the performance of work on the barge. The contractor shall dispose of lead paint in accordance with applicable Federal, State, and Local Statues. 18. Blast barge surfaces to near white. Care shall be taken to prevent rusting after "near white" metal is obtained. A "tack coat" may be used provided such coat is compatible with the primer and paint to be used. 19. Contractor shall inspect the hull after blasting and report findings in writing to the government or government representative. These findings shall include as a minimum general condition, found damage, repair recommendations and estimates. 20. Conduct audio gauging of the underwater portion of the hull. Map & record readings (2 foot intervals). These readings shall be provided to the government or government representative for review and with any recommendations for steel replacement. The written report shall be provided to the government or government representative within 2 days of completion of audio gauging. 21. The contractor shall provide the periodic attendance of a manufacturer?s (Ameron) paint & coatings representative for inspection of the paint application, and who shall report without prejudice the findings in writing to the prime contractor. The prime contractor shall provide to the government or government representative within 2 days a copy of the manufacturers report. 22. The contractor shall adhere to the paint/coating manufacturer (Ameron) recommendations as to the particulars of the paint/coating storage, thinning, mixing, handling, application, and curing of the product. The manufacturer's recommendations shall be deemed part of the scope of work. The contractor shall follow the recommended mixing, thinning, and application procedures as stated on the recommended Ameron Product Data sheets. The contractor shall follow the recommended recoat windows, and use only recommended Ameron solvents for thinning purposes. 23. The contractor shall monitor the environmental conditions during application of paint for Temperature, Humidity, and Dew Point. A log of these conditions shall be maintained during application and cure of coatings and be available for review by the government or government representative for the duration of the contract. A copy of the log shall be provided to the government or government representative upon completion of work on the barge. 24. Near white metal blasting shall conform to the Steel Structures Painting Council Standard SSPC-SP-10. 25. In areas where it is not practical (shall be concurred with by the government or government representative) to blast to Near White Metal the surfaces shall be prepared by Power Tool Cleaning (SSPC-SP-3) and / or Pickling (SSPC-SP-8) in accordance with the Steel Structures Painting Council Standards. 26. The blocks shall be shifted (barge fleeted) and their former contact areas blasted to near white metal, primed, and painted. Paint application shall be to the satisfaction of the government or government representative. 27. The contractor shall paint the vessel in accordance with the following requirements. An AMERON International paint system shall be used. 27.1. Underwater Hull: 27.1.1. Abrasive blast underwater hull to near white metal. 27.1.2. Apply one (1) full coat of Amercoat 235 Oxide Red Epoxy @ 9 mils wet to achieve 6 mils DFT. 27.1.3. Apply one (1) full coat of Amercoat 235 Haze Gray Epoxy @ 9 mils wet to achieve 6 mils DFT. 27.1.4. While the 235 Haze Gray is slightly tacky or soft to thumb print pressure, apply one (1) full coat of Amercoat 214 Red Antifouling @ 6 mils wet to achieve 3 mils DFT. 27.1.5. Apply a second full coat of Amercoat 214 Red Antifouling @ 6 mils wet to achieve 3 mils DFT. 27.2. Freeboard: 27.2.1. Abrasive blast Freeboard to near white metal. 27.2.2. Apply one (1) full coat of D9HS zinc @ 4 mils wet to achieve 3 mils DFT. All mudcracks and dry overspray shall be sanded out prior to top coating. 27.2.3. Apply one (1) full coat of Amercoat 235 Oxide Red @ 3 mils wet to achieve 2 mils DFT. This is a mist coat applied to allow for possible gassing of the zinc. 27.2.4. Apply one (1) full coat of Amercoat 235 Haze Gray @ 9 mils wet to achieve 6 mils DFT. 27.3. Main Deck: 27.3.1. Provide Pricing to remove the vaporizer and vaporizer supply and return piping from the deck for disposal. The attached drawing ?PROPELLANT BARGES LOX BARGES #1-#6 BARGE DECK, VAPORIZER AND HANDRAIL REMOVAL? DWG NO. SK4 provides details for this task. 27.3.2. Provide pricing to remove stainless steel drip pans from the deck for disposal. 27.3.2.1. This item left intentionally blank. 27.3.2.2. The contractor shall fabricate and upon completion of deck painting install new stainless steel drip pans. The attached drawing ?PROPELLANT BARGES LOX BARGES #1 -#6 BARGE DECK DRIP PAN MODIFICATION? DWG NO. SK1 provides details for this item. Drip pans shall be shimmed / adjusted such that they will slope to enhance drainage of accumulated condensation. It is noted that the vessel when in service has a permanent starboard list due to equipment placement on deck. 27.3.3. Abrasive blast Main Deck to near white metal. 27.3.4. Apply one (1) full coat of D9HS zinc @ 4 mils wet to achieve 3 mils DFT. All mudcracks and dry overspray shall be sanded out prior to top coating. 27.3.5. Apply one (1) full coat of Amercoat 235 Oxide Red @ 5 mils wet to achieve 3 mils DFT. Broadcast Amercoat #888 Non Skid Additive over the entire deck while the Amercoat 235 is still wet. 27.3.6. Apply one (1) full coat of Amercoat 235 Haze Gray @ 9 mils wet to achieve 6 mils DFT. 27.4. Tank (Deck Mounted Liquid Oxygen), Tank Support Structures, brackets for piping, carbon steel piping, carbon steel valves, ladders, walkway supports, upper walkway handrails, and main deck handrails, etc: 27.4.1. Abrasive blast Tank (LOX) and support structures, brackets for piping, carbon steel piping, carbon steel valves, ladders, walkway supports, motor control supports and brackets, valve control package supports and brackets, upper walkway handrails, and main deck handrails, to near white metal. 27.4.2. Apply one (1) full coat of D9HS zinc @ 4 mils wet to achieve 3 mils DFT. All mudcracks and dry overspray shall be sanded out prior to top coating. 27.4.3. Apply a mist coat of PSX 700 epoxy White to allow for possible gassing of the zinc. 27.4.4. Apply one (1) full coat of PSX 700 epoxy White @ 4 mils wet to achieve 2.5 ? 3.5 mils DFT. 27.5. Miscellaneous: 27.5.1. Draft marks, lettering and Plimsol marks on the hull shall be painted Polyurethane White. 27.5.2. Lettering and numbers on the Liquid Oxygen Tank shall be painted Polyurethane Green (Designating Oxygen). 27.5.3. The vessel name on the hull shall be painted Polyurethane Black. 27.5.4. Deck scuttle covers (22) and their associated coamings shall be topcoated Polyurethane yellow after their refurbishment to identify them as trip hazards. 28. The contractor shall remove existing and replace with new all barge tank scuttle hatch dog assemblies (swing bolts, pins, and nuts) and lubricate the dogs with never-seize. Assemblies shall be bronze, or stainless. 29. The contractor shall remove existing and replace all barge tank scuttle gaskets (to include corrosion removal, priming, painting, lubrication, and chalk test of gasket for contact). 30. Remove (condition shall be noted in report) and replace sacrificial anodes on hull. New anodes shall be supplied by the contractor and shall be of the type suitable for the intended service. This item shall include fabrication and installation of new anode attachment devices. 31. It shall be the responsibility of the contractor to develop all drawings for drydocking and performance of any necessary repairs. Drawings supplied by the government are intended only to provide general arrangements and approximate dimensions. It shall be the contractor's responsibility to verify all dimensions needed to accomplish work. Any use of government-supplied drawings shall be at the contractors risk and any occurrences arising thereof shall be at no additional cost to the government. The contractor shall present the government or government representative with two copies of full size drawings detailing the replacement of steel and other components on completion of the contract. These drawings shall reflect the "as built" condition of the barge. 32. The contractor shall assure the barge is clean prior to returning it to the government or government representative. It shall be free of debris, blasting residue, trash, and work rubbish. Cleanliness shall be in compliance with the statement of work and all applicable industry standards. 33. In performance of the work the Vendor shall be responsible for obtaining all necessary permits and licenses, and for complying with all applicable federal, state, and municipal laws. 34. All work shall be performed in accordance with good commercial practice. 35. Any steel provided shall comply with the specifications of American Society for Testing and Materials (ASTM) section A36 - specifications for structural steel. 36. Welding shall be accomplished within the guidelines of the American Welding Society (AWS) structural welding code for steel. 37. Where the codes are not clear with regard to repairs, methodology, or inspection the American Bureau of Shipping Rules for Building and Classing Steel Barges 1991 shall be used as a guideline for performance of work. 38. Provide pricing for shaped plate per pound in the following quantities: a) 1 - 5,000 pounds $___________ b) 5,001 - 10,000 pounds $___________ c) 10,001 - 20,000 pounds $___________ d) 20,001 pounds and up $___________ 39. Provide pricing for straight plate per pound in the following quantities: a) 1 - 5,000 pounds $___________ b) 5,001 - 10,000 pounds $___________ c) 10,001 - 20,000 pounds $___________ d) 20,001 pounds and up $___________ 40. Provide labor shop rates for labor on a per hour basis (listed per craft description at the contractors facility e.g. electrician, machinist, outside machinist, rigger, welder, etc). a) Straight time rate b) Premium time rate 41. Support requirements shall be as follows: 41.1. SSC ? delivery & pickup of the barge 41.2. SSC ? inerting of barge propellant tank and lines 41.3. Vendor ? drydocking of barge 41.4. Vendor ? mooring lines III. Deliverables - One (1) each, Liquid Oxygen (LOX) Barge 1. Drydock, inspect, paint, and perform described work on NASA Liquid Oxygen Barge. 2. Two sets of color photographs of the vessel prior to work commencement (after drydocking), after blasting to near white metal, and after application of coatings. Each set of photographs shall depict complete coverage of the vessel. These photographs may be provided in a digital format. 3. Two sets of the mapped audio-gauging readings of the vessel hull (2 foot intervals). 4. Two copies of the environmental conditions logs. 5. Schedule of work activities prior to commencement of work and updated weekly in Microsoft Project ? Gantt Chart. 6. Weekly written report of activities performed to include percent of completion on each work item. 7. Two copies of the MSDS for coatings applied to the vessel. 8. Two copies of the Product Data Sheets for each material applied to the vessel. 9. Two copies of the paint and coatings manufacturer representative?s report. 10. Two copies of full size drawings detailing the replacement of steel and other components on completion of the contract. 11. Upon completion of work the vendor shall supply a report of activities performed and the applicable dates of events. The report shall be provided to the government or government representative no later than ten (10) business days after return of the barge to the government or government representative. IV. Period of Performance - One Liquid Oxygen (LOX) Barge It is anticipated that the period of performance will be during Government FY 2004 - 2005. The period of performance for work on the barge shall be 60 calendar days. V. Barge Particulars - One Liquid Oxygen (LOX) Barge The vessel is a "Steel Deck Barge" with a Mounted Liquid Oxygen Cargo Tank. The following particulars apply to the LOX BARGES: Owner: United States of America (N.A.S.A.) Date of Build: 1950?s Date of Conversion: 1960?s Builder: Wiley Manufacturing Company, Port Deposit, Maryland Conversion: Ingalls Shipbuilding Corporation Nature of Conversion: Lengthened 15' & Widened 12' Mounted Deck Tank: Chicago Bridge & Iron Company Molded Length: 135' Molded Breadth: 45' Molded Depth: 10' 6" Freeboard (min): 2' 1-1/2" Tons Gross: 825 Tons Net: 825 Classification: Unclassified Inspection: Uninspected Hull: Single skin steel welded plate construction (stringer framed). Internals: The barge is composed of twenty-two (22) watertight compartments by five transverse, three (3) longitudinal and two (2) intermediate longitudinal watertight bulkheads. Compartment access consists of 4" raised coaming hinged steel 4 dog manholes. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 811310 and $5.0 Million, respectively. The anticipated release date of RFO13-SSC-O-04-01 is on or about October 14, 2003 with an anticipated due date of October 31, 2003. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed. See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. Hard copies of the solicitation will be issued. Any referenced notes may be viewed at the following URLs linked below. All contractual and technical questions must be submitted in writing (e-mail or FAX) to Gregory Fletcher not later than October 20, 2003. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#107729)
 
Record
SN00449831-W 20031010/031008213324 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.