Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2008 FBO #2519
SOLICITATION NOTICE

R -- To provide dive and inspection services as required for the Walla Walla District. Army Corps intends to award this as a HUBZone Sole Source IAW FAR 19.1306.

Notice Date
10/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-R-0039
 
Response Due
10/30/2008
 
Archive Date
12/29/2008
 
Point of Contact
Clarence Miller, 509-527-7215<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SYNOPSIS/SOLICITATION to provide diving and inspection services for the Walla Walla Army Corps District Dams as per the below statement and bid item list. This will result in an Indefinite Delivery, Indefinite Quantity contract for a base and up to four option years. The Army Corps Walla Walla District intends to award this requirement as a HUBZone Sole Source to Associated Underwater Services, Inc as per FAR 19.1306. SOL: W912EF-08-R-0039 ISSUE DATE : 10/17/2008 DUE: 10/30/2008 close of business COMBINED SOLICITATION/SYNOPSIS for a HUBZone Sole Source to Associated Underwater Services, Inc. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This constitutes the only announcement and a written solicitation will not be issued. This is a request for proposal. INTENT TO AWARD HUBZone Sole Source. No formal solicitation will be issued. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 27 effective 17 Sep 2008 ADMIN INFO: The NAICS code for this acquisition is 561990 and the small business size standard is $6,500,000.00. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. For contracting opportunities, visit the Federal Business Opportunities (FedBizOpps) site, www.fbo.gov. The closing date for responses is October 30, 2008 at 04:00pm local Walla Walla, WA time. You may email your response to Clarence.A.Miller@usace.army.mil. For any questions, contact Clarence at PH: 509-527-7215. STATEMENT OF WORK Description of services to be performed To provide dive and inspection services as necessary for the Walla Walla District. Services will include video inspections & minor repairs of underwater structures. Dive Objectives To provide dive and inspection services as necessary for the Walla Walla District. Services include video inspection (including Remote Operated Vehicle Inspection), minor repairs and installation or demolition, cleaning, and debris removal. Examples of minor repairs may involve welding, concrete repair, bolt/cable replacement, crack repair, repair of existing underwater structures and mechanical equipment, installation of small components such as hydrophones and antennas used in fish research. Dive Locations Potential locations for dives include public access facilities such as boat ramps and swim beaches as well as Dworshak, Lower Granite, Little Goose, Lower Monumental, Ice Harbor and McNary Projects. Note that these facilities are located in the states of Oregon, Washington and Idaho and encompass over one dozen counties. All sites are adjacent to or are located in the Columbia, Clearwater or Snake Rivers. Dive Schedule Schedule of dives will be coordinated through dive contractor and Walla Walla District District Dive Coordinator. If possible, the Contractor will be notified 5 working days in advance of a desired dive date. In an emergency situation, only upon agreement of both the government and the contractor, will this contract be used to satisfy the requirement. Dives to be performed in the forebays and tailraces of Dworshak, Lower Granite, Little Goose, Lower Monumental, Ice Harbor and McNary Dams will begin at 0700 and conclude at 1700 (this does not include travel time to the dam) Monday through Friday. COE personnel and a crane will be available to unload dive equipment at the dams. A pre-work/pre-dive meeting will be held at each dam prior to the dive operation on the day of the dive. Safety and Health Once the District Dive Coordinator details the task, during normal situations, the Contractor shall submit a dive plan and an activity job hazard analysis to the District Dive Coordinator within 72 hours of receiving notification of a dive, but before commencing any dive. If an emergency situation exists, then special procedures will be in place and standard times will not apply. Project and Contractor safety clearances will be in place (lockout/tagout). The Contractors personnel will be trained as to a Projects safety clearance policies. All dive team members and Corps of Engineers Diving Inspectors have the authority to stop the dive operation at any time due to unsafe work conditions or practices. Dive contractor shall comply with the current U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. The document can be viewed at: http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm. Known Dive Hazards/Conditions It is anticipated that working depths will be from 20 to 130 feet beneath the surface. " Water temperature varies between 33-75 F. " Possible currents in area. Currents are generally expected to be less than one knot. " Visability varies between 6 inches and 6 feet. " Debris around dive site (entanglement). Crew requirements The minimum dive crew shall include: "1 diver "1 standby diver "1 tender "1 Contractor Diving Supervisor (Master diver). Three members of the crew shall be qualified divers and have the capability to switch to any of the positions noted above to allow for two working dives a day. Equipment minimums Surface supplied air dives are required. Use of normal breathing air or Nitrox up to 40% oxygen is permissible. A recompression chamber is required on site for all dives. The recompression chamber shall be of a dual chamber design. It must be equipped with oxygen. It must also have a National Board of Pressure Vessel Inspectors registration and current state pressure vessel permit to operate. The contractor shall have the capability to provide video inspection and record the inspection on videotape. The contractor will provide a workboat that is a minimum of 18 feet in length with a motor that has a minimum horsepower of 85 for all dives. Contractor shall obtain dive approval from the Walla Walla District Dive Coordinator listed under paragraph Dive Schedule, above. To be considered for approval, contractor must submit the following information. a. A copy of the current insurance policy; b. Dive Superintendent experience record; c. Divers experience record; d. Divers diving card or current dive physical; e. Current certification cards for CPR, first aid and qualified chamber technician. If the contractor is currently an approved dive contractor per the Corps of Engineers Portland Districts approved contractor list, only a roster of the names of the crewmembers and their respective position(s) is necessary for subsequent approval. Contracting point of contact The Contract Specialist assigned is Clarence Miller who can reached by phone at (509) 527-7215 or email Clarence.a.miller@usace.army.mil. Payment for services performed / invoicing Invoices for services performed should also be submitted to USACE, Walla Walla District, 201 North 3rd, Walla Walla, WA 99362-1876 Individual Task Orders may have a Contracting Officers Representative assigned based on complexity and dollar value. See DFARS 252.201-7000. The following clauses apply: CLAUSES INCORPORATED BY REFERENCE 52.203-12 Limitation On Payments To Influence Certain Federal Transactions SEP 2007 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items APR 2008 52.227-1 Authorization and Consent DEC 2007 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes APR 2003 52.232-17 Interest JUN 1996 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.244-5 Competition In Subcontracting DEC 1996 52.245-1 Government Property JUN 2007 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7003Control of government personnel work productAPR 1992 252.204-7004 Alt ACentral Contractor RegistrationNOV 2003 252.209-7001Disclosure of ownership or control by the government of a terrorist countrySEP 2004 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.243-7001Pricing of Contract ModificationsDEC 1991 CLAUSES INCORPORATED BY FULL TEXT REQUIRED LIABILITY INSURANCE (APR 1984) (FAR 28.306) In accordance with the clause 52.228-5 Insurance Work on a Government Installation, the Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (i) Coverage complying with state laws governing insurance requirements pertaining to Workmens Compensation and Employers Liability Insurance. (ii) Bodily injury liability insurance with minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (iii) Automobile bodily injury and property damage liability with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury liability; and $20,000 per occurrence for property damage liability shall be required. (iv) The coverage required under Longshoremen and Harbor workers Compensation Act. OTHER CLAUSES INCORPORATED BY FULL TEXT THAT APPLY: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This is a Hub-Zone Sole Source set-aside. A determination of a fair and reasonable price will result in award to Associated Underwater Services, Inc. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2007) ALTERNATE I (APR 2002) An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. FAR 52.212-2 evaluation will be a fair and reasonable price from the sole source Associated Underwater. Provision 52.212-3 applies to the solicitation. See the following website for the provision - http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checks under this clause for 52.203-6; 52.219-3; 52.219-8; 52.222-3p; 52.222-21; 52.222-26; 52.222-35; 52.222-3752.232-33; 52.222-41; 52.222-43. The following full text clauses also apply: 52.216-18; 52.216-19; 52.216-22; 52.217-8; 52.217-9; 52.,222-42; 52.233-2; 52.236-4013; 52.252-1; 252.212-7000 and. DFARS 252.212-7001 and 252.225-7001 apply. SECTION B SCHEDULE B Section B - Supplies or Services and Prices Base Period Line ItemDescriptionUnit Price 0001Basic Dive Day (10 hrs): Surface supplied air, one 8 hr dive with a 4 person dive crew. Include all associated dive equipment and tools, dual lock dive chamber, camera/monitoring with DVD recording capability. Normal Dam work day is 0700 to 1700 hours. Each task order will describe the start times needed for that task order. 0001AAStandard dive up to 50 feet deepDay 0001AB51 100 feet deepFoot 0001AC101 125 feet deepFoot 0002Additional diver for an additional 8 hour dive during the basic 10 hour dive day. 0002AAStandard dive up to 50 feet deepDay 0002AB51 100 feet deepFoot 0002AC101 125 feet deepFoot 0003Mobilization and demobilization for equipment, divers, dive chamber, and other necessary equipment to the dive site. Note: this will be negotiated per task order in accordance with the JFTR and GSA government milage rates. Any specialized equipment beyond this will be a negotiated item. Note: Time required to do this does not constitute part of the dive day.Negotiated per task order 0004Mobilization and demobilization of workboat (dive boat).Negotiated per task order 0005Dive Boat capable of accommodating dive crew, 2 Corps of Engineers personnel and all necessary equipment. Boat must have sufficient freeboard and horsepower to navigate the Snake River.Day 0006Welding supplies and consumablesHour 0007Overtime pay rate-Dive supervisor.Hour 0008Overtime pay rate-DiverHour 0009Overtime pay rate-TenderHour 0010Overtime pay rate for standby diverHour 0011Remote Operated Vehicle Crew: includes ROV pilot and operator, 10 hours per day, truck, fuel and per diems.Day 0012Remote Operated Vehicle: includes ROV (Deep Ocean Engineering Phantom XTL or equal) with maximum 500 umbilical, generator, monitor and recorder.Day 0013Third Party Charges: Mark up percentageNegotiated per task order 0014Mobilization and Demobilzation of Modular Floats & Skiff Negotiated per task order 0015Pilebuck Crew: includes 10-hour Pilebuck (4-man) crew to set up and assemble the floats and to place equipment onto floats.Day 0016Modular Floats 13 x 30 : includes floats to accommodate dive spread and skiff with outboardDay 0017Modular Floats 32 x 30 : includes floats to accommodate dive spread and recompression chamber and skiff with outboard.Day 0018Basic Dive Day (10 hrs): Surface supplied air, one 8 hr dive with a 5 person dive crew. Include all associated dive equipment and tools, dual lock dive chamber, camera/monitoring with DVD recording capability. 0019AAStandard dive up to 50 feet deepDay 0019AB51 100 feet deepFoot 0019AC101 125 feet deepFoot 0020Basic Dive Day (10 hrs): Surface supplied air, one 8 hr dive with a 6 person dive crew. Include all associated dive equipment and tools, dual lock dive chamber, camera/monitoring with DVD recording capability. 0020AAStandard dive up to 50 feet deepDay 0020AB51 100 feet deepFoot 0020AC101 125 feet deepFoot TOTAL *EA is per job. Each task order will have a mob and demobilization and will be negotiated per task order. Mob/de mobilizations cannot exceed GSA established government rates as covered under Government regulations. Note: It is estimated that 80% of the jobs performed under this contract will require a 4-person crew as described in item 0001. Most jobs will require dive depths of less than 100 feet and will not exceed 1 day in duration. The Bid Sheet activities will take place at an estimated minimum of 3 times per contract year and an estimated maximum of 20 times per contract year. The intent of this contract is to provide dive inspection services as the need arises for the Walla Walla District for the period of award through 1 year. The option years have CLINS that match with the above base year CLINS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=784637bc5bc19842b1904ece0a0a50d1&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01693074-W 20081019/081017214323-784637bc5bc19842b1904ece0a0a50d1 (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.