Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

J -- USCGC MARINE HULL REPAIR

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-06-K-625476
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation HSCG8506Q625476for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS is 336611. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Award will be based on the following criteria: Past Performance experience will be evaluated. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror?s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard has a requirement to procure the following items ITEM 1: HULL PLATING AND STIFFENER RENEWAL S05-007_11000_GBS_0106_SHERMAN 1 SCOPE The intent of this item is to renew hull, deck and bulkhead plating and longitudinal stiffeners on the port and starboard sides in the Anchor Windlass Room. Government Furnished Property: NONE 2 REFERENCES Coast Guard Drawings: 378-FRAM-W 111-1, Rev -; SHELL EXPANSION FORWARD 378-FRAM-W 122-1, Rev A, Transverse Bulkheads 32 and 48 378-FRAM-W 635-1, Rev M; INSULATION A&D 378-FRAM-W 801-1, Rev F, Booklet of General Plans Applicable Documents: COMDTINST M10360.3C, Coatings and Colors Manual, C MIL-STD-1689A, Fabrication, Welding and Inspection of Ships Structure, 11/23/1990 MIL-STD-2035A, Nondestructive Testing Acceptance Criteria, 5/15/1995 MLCPAC Standard Specification 074, Welding and Allied Processes, 3/21/2003 NSTM S9086-VH-STM-010/CH-635R2, Naval Ships' Technical Manual, Chapter 635, Thermal, Fire and Acoustic Insulation, 2 NAVSEA T9074-AS-GIB-010/271, Requirements for Non-Destructive Testing Methods, 97 The Society for Protective Coatings SSPC-SP 10/NACE No.2, Near-White Blast Cleaning The Society for Protective Coatings SSPC-SP 11, Power Tool Cleaning to Bare Metal 3 REQUIREMENTS The Contractor shall provide all labor and material to accomplish the following in accordance with the General Requirements: 3.1 GENERAL ? The concerned work area is the Anchor Windlass Room. The area is located on the port and starboard sides, between Frames 20 and 32. See the CG Dwgs above, figure and photos below, for guidance and details. 3.1.1 In the presence of the Coast Guard Inspector, inspect and test all affected equipment and systems to document original condition. Submit a Condition Found Report for all affected spaces noting any discrepancies in equipment and system operation. 3.1.2 Tag-Outs ? Secure, isolate, and tag-out all affected mechanical, piping, and electrical systems in accordance with the General Requirements. 3.1.3 Remove or protect all interferences. All interferences that are removed shall be tagged to facilitate proper reinstallation. Ensure that all removed equipment is kept in a clean, dry, and protected location. Obtain verification from the Coast Guard Inspector for the protective measures taken for equipment not removed. Interferences include but are not limited to: Fan foundation, cable covers and all items in the Hawser storage lockers aft of Frame 32, port and starboard sides. See photos below for interferences in the Anchor Windlass Room. 3.1.4 Remove all insulation from the interior side of the affected area to at least 12? beyond the boundary of the intended cut. Scrap insulation in accordance with local, state, and federal laws and regulations. 3.2 GAS FREE CERTIFICATION 3.2.1 Gas free and certify affected compartments in accordance with the General Requirements. The affected compartments must be certified ?Safe for Personnel ? Safe for Hotwork? for the duration of work performed under this item. 3.2.2 Gas Free Certificates indicating the current status of each compartments shall be posted on the Quarterdeck and at each open access to the compartments. Provide one copy to the Coast Guard Inspector. 3.3 HOTWORK ? Conduct all hotwork in accordance with MLCPAC Std Spec 074. All welds shall be continuous, 100% efficient welds. 3.4 PORT SIDE REPAIR 3.4.1 From Frame 20 to six (6) inches aft of Bulkhead 32, and from six (6) inches below the second deck to midway between Longitudinals 20 and 21, crop out and renew approximately 75 square feet of hull plating in the area described in paragraph 3.1, in accordance with CG Dwg(s) 378-FRAM-W 111-1 and MLCPAC Std Spec 074. Separate framing attached to hull plating at the framing to hull plating connection. Shape plate as required to conform to cutter?s hull. See figure below for guidance. 3.4.2 Crop off and scrap the existing doubler plate and crop out and renew approximately one half (1/2) square foot of Bulkhead 32 just below Longitudinal 19 ? in accordance with CG Dwg(s) 378-FRAM-W 122-1 and MLCPAC Std Spec 074. 3.4.3 Where possible, cut all edges along existing seams. Corners shall intersect plating seams at 90 degree angles. Corners that are not formed by designed plating seams shall have a minimum radius of, three inches, or one-eighth of the transverse dimension of the cut, whichever is greater. 3.4.4 Cop out and renew longitudinals 19 ?, 19 ? and 19 ? from six (6) inches forward of Frame 24 to six (6) inches aft of Bulkhead 32, this will allow a minimum 3 inch cutback either forward or aft at each location of each longintudinal. 3.5 STARBOARD SIDE REPAIR 3.5.1 From Frame 22 to six (6) inches aft of Bulkhead 32, and from six (6) inches below the second deck to midway between Longitudinals 20 and 21, crop out and renew approximately 60 square feet of hull plating in the area described in paragraph 3.1, in accordance with CG Dwg(s) 378-FRAM-W 111-1 and MLCPAC Std Spec 074. Separate framing attached to hull plating at the framing to hull plating connection. Shape plate as required to conform to cutter?s hull. See figure below for guidance. 3.5.2 Where possible, cut all edges along existing seams. Corners shall intersect plating seams at 90 degree angles. Corners that are not formed by designed plating seams shall have a minimum radius of, three inches, or one-eighth of the transverse dimension of the cut, whichever is greater. 3.5.3 Crop out and renew longitudinals 19 ?, 19 ?, 19 ? and 20, from Bulkhead 32 to three (3) inches forward of Frame 22. Allow a minimum 3 inch cutback from the frame line either forward or aft at each location as applicable. 3.6 Ensure that welding does not warp or cause any distortion to adjacent plating. 3.7 INSPECTIONS 3.7.1 Hull Plate - In the presence of the Coast Guard Inspector, visually inspect and perform an ultrasonic or radiographic test on 10% of all new welds in accordance with NAVSEA T9074-AS-GIB-010/271 and MIL-STD-1689. Test acceptance standards shall be to Class III criteria in accordance with MIL-STD-2035. Repair all weld deficiencies and retest. 3.7.2 Longitudinal Stiffeners and Bulkhead Plating - In the presence of the Coast Guard Inspector, visually inspect and perform a magnetic particle or dye penetrate test on 10% of all new welds in accordance with NAVSEA T9074-AS-GIB-010/271 and MIL-STD-1689. Test acceptance standards shall be to Class III criteria in accordance with MIL-STD-2035. Repair all weld deficiencies and retest. 3.7.3 Upon completion of all welding, perform a liquid film bubble emission test on all water tight boundaries (hull plating welds) in accordance with the General Requirements. 3.8 Provide a written report of all nondestructive test findings to the Coast Guard Inspector. 3.9 SURFACE PREPARATION ? Upon completion of successful nondestructive testing, prepare all new and disturbed exterior areas in accordance with SSPC-SP 10. Prepare all new and disturbed interior areas in accordance with SSPC-SP 11. Feather the surrounding surfaces to obtain a 3-inch wide smoothly tapered boundary from the existing paint to the prepared surface. 3.9.1 Prior to applying any paint, remove all dust, grease, oil, or other contaminants from all prepared areas in accordance with applicable local, state, and federal laws and regulations. 3.9.2 The Coast Guard Inspector will verify all surface preparation. 3.9.3 Upon verification from the Coast Guard Inspector on all surface preparation, prime and coat all prepared surfaces to match existing adjacent surfaces in accordance with the applicable sections of COMDTINST M10360. For surfaces to be covered with insulation, apply primer coats only. 3.9.4 Renew disturbed areas of the Coast Guard emblem and associated stripes on exterior surface in accordance with COMDTINST M10360.3. 3.10 Install new insulation in place of the previously removed insulation, in the Hawser storage lockers port and starboard sides, in accordance with CG Dwg 378-FRAM-W 635-1. Installation procedures shall be in accordance with NSTM Chapter 635 (Section 5, ?Thermal Insulation for Compartments?). 3.11 Coat newly installed insulation in accordance with COMDTINST M10360.3. 3.12 Restore all interferences to their original condition in accordance with the General Requirements. 3.13 CLEARING TAGS ? Restore all affected systems and clear tags in accordance with the General Requirements. 3.14 In the presence of the Coast Guard Inspector, test associated systems at completion of work to ensure proper restoration of equipment. 3.15 Restore the work area to a clean condition in accordance with the General Requirements. 3.16 Coordinate all inspections with the designated Coast Guard Inspector to minimize production delays. Period of performance requested 20MAR06-07APR06. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offerors whose offer conforms to the solicitation. Submitted quotes shall have the contractor?s Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 17FEB06 1600 Pacific Standard Time. Quotations received after that date will not be considered. Electronic offers submitted via email to joseph.c.daigle@uscg.mil are acceptable and strongly encouraged. Drawings will only be issued through e-mail request and must be requested by 10FEB06 1330 Pacific Standard Time. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.232-33, 52.222-44, and 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989). Maintenance (Min Wage Rate $171.80), Chief Electrician (Min Wage Rate $244.49), Qualified Member of the Engine Department (Min Wage Rate $196.32) Insurance requirements: HSAR CLAUSE 3052.217-90, 3052.217-91, 3052.217-92, 3052.217-93, 3052.217-94, 3052.217-95, 3052.217-96, 3052.217-97, 3052.217-98, 3052.217-99, 3052.217-100, 3052.222-70, 3052.222-71, 3052.223-70, 3052.222-71, 3052.223-70, 3052.223-90, 3052.237-70, 3052.242-71, 3052.242-72, 3052.245-70. INSURANCE REQUIREMENTS A. The contractor shall be required to procure and thereafter maintain the following insurance: (1) Ship repairer?s legal liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (OCT 1994), in the amount of $300,00. (2) Comprehensive general liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (OCT 1994), in the amount of $300,00 on account of any one accident or occurrence with respect to each cutter, boat and barge upon which work is to be performed under this solicitation and the contract resulting there from; (3) Full insurance coverage in accordance with the State Workmen?s Compensation law; and (4) Full insurance coverage in accordance with the United States Longshore and Harbor Workers? Compensation Act. B. As evidence that he has obtained the insurance specified in this schedule, the contractor shall furnish the contracting officer with a certificate or certificates executed by an agent of the insurer authorized to execute such certificates. Such certificate shall be furnished before commencement of work. Each certificate shall state that NAME OF INSURER has insured NAMEOF CONTRACTOR, in accordance with the Liability and Insurance clause and the Insurance Requirements clause contained herein. Each certificate shall set forth that each policy of insurance represented thereby will expire on 08APR06and that each such policy contains the following clause: ?It is agreed that in the event of cancellation, or any material change in the policy adversely affecting the interest of the Government in this insurance, thirty (30) days? prior written notice will be given to the Contracting Officer.? C. An Offeror who proposes to self-insure for any of the risks set forth in the Liability and Insurance clause and in the Insurance Requirements clause contained herein shall submit satisfactory evidence to permit the Contracting Officer to determine that the Offerors assets are sufficient for the risks set forth in such clauses. The Offerors shall submit with his offer two (2) certified copies of documents listing his assets and liabilities and such other information as deemed necessary by the Offerors or as required by the Contracting Officer. For approval of self-insurance under the State Workmen?s Compensation Law and the United States Longshore and Harbor Workers? Compensation Act, evidence of qualifications as a self-insurer under the applicable compensation statute must be furnished to the contracting officer. SPECIAL NOTE: FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 2005) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this SHIP REPAIR OF ANCHOR WINDLESS SPACE requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management.
 
Place of Performance
Address: COAST GUARD ISLAND, ALAMEDA, CA
Zip Code: 94501-5100
Country: USA
 
Record
SN00978701-W 20060204/060202211604 (fbodaily.com)
 
Source
FedBizOpps 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.