SOLICITATION NOTICE
J -- USCGC MARLIN (WPB-87304) SIDE SCAN
- Notice Date
- 1/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-09-Q-3FAA13
- Archive Date
- 1/4/2010
- Point of Contact
- Stephen A Clark,, Phone: 757-628-4648, Mildred A Anderson,, Phone: (757)628-4637
- E-Mail Address
-
Stephen.A.Clark@uscg.mil, mildred.a.FIGUEREO@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number HSCG80-09-Q-3FAA13 applies and is issued as a Request for Quote (RFQ) and is open to small businesses only. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-28. The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code 336611 with a Small Business Size Standard of 1000 employees. The solicitation number is HSCG80-09-Q-3FAA13. A Firm Fixed Price Purchase Order for the following definite item is anticipated Quotes to arrive no later than 2:00 p.m. (local time) February 5, 2009. Faxed quotations will be accepted at (757) 628-4676. Quotations sent via the U.S. Postal Service or hand delivered should be sent to: Commanding Officer, USCG MLCA Atlantic, ATTN: Stephen Clark (vpl-1), 300 E. Main Street, Suite 600, Norfolk, VA 23510. This requirement is for a fixed price contract. Anticipated award date on or about February 9, 2009. The government intends to award from this solicitation to the responsible vendor whose quote conforming to the solicitation provides the best value. The place of performance for the USCGC MARLIN (WPB-87304), will be located at Creek Services Inc., % Conrad Aluminum Shipyard, 9752 HWY 182 E, Amelia, LA 70380. The Period of Performance is expected to start on February 26, 2009. An exact date to be determined by dry-dock contractor schedule. Point of Contact for ship access is MKC Greg Nelson at (239) 823-3685. Refer questions to Stephen Clark (757) 628-4648 or e-mail, Stephen.A.Clark@uscg.mil. The Quote for work item one should, include all contractor travel related costs, be for as follows: CLIN 0001 Side Scan Inspection 1 JOB Unit Cost $ ____________ STATEMENT OF WORK: SIDE SCAN INSPECTION 1. SCOPE 1.1 Scope. This work item describes the requirements for the Contractor to perform a side scan inspection on a Coast Guard 87-foot patrol boat. 2. APPLICABLE DOCUMENTS Coast Guard Drawing 87WPB 111-001, Rev C, Shell Expansion Coast Guard Drawing 87WPB 131-001, Rev H, Deck Construction Plan Coast Guard Drawing 87WPB 085-050, Rev-, Docking Plan Coast Guard Drawing 87WPB 122-001, Rev-, Water Tight Bulkheads Coast Guard Drawing 87WPB 583-001, Rev-N RIB Deployment Structure 3. REQUIREMENTS 3.1 Personnel requirements. The Contractor shall: •Follow the ASNT Recommended Practice No. SNT-TC-1A 2001 for all personnel qualification and certification. •Provide all qualified personnel required to complete the requirements contained herein at an on-site location. •Provide an ASNT Level III analyst on site during the entire scanning process to oversee the project and evaluate all data obtained during scanning. •Provide an ASNT Level III or II analyst to verify with a hand held meter all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.7 (25% or greater wastage). 3.2 Contract requirements. 3.2.1 The on-site scanning and marking up of the hull must be completed within 10 calendar days after the scheduled start date of this inspection. 3.2.2 The report, as specified in paragraph 3.7 must be delivered to the MLC designated point of contact within fourteen business days after the completion date of the inspection. 3.2.3 The Contractor must provide, to the MLC designated technical representative, a daily oral or written report of the progress of the inspection, any known problems, potential issues, or schedule changes. 3.2.4 The Contractor shall give the MLC designated technical representative a three day advance notice to the completion of the inspection to allow for an onsite review of inspection results. 3.2.5 The Contractor shall not directly cause delays or work stoppages to the drydock work schedule during the scanning process. The Contractor may be charged for associated cost if they are found to have been the cause for delays in the drydock work schedule. 3.2.6 The Contractor must receive approval from the MLC type desk manager (TDM) prior to deviating from any scanning parameter, or initiating a change to the scope of work defined in this specification. 3.3 Scanning parameters (Automated). The Contractor shall follow all recommended guidelines, procedures, and practices as defined by ASNT for Ultrasonic Non-Destructive Testing. 3.3.1 The automated scanning resolution shall be set to 0.5” x 0.5”. NOTICE! The echo to echo transducer is not authorized due to inconsistent readings and technical difficulties. 3.3.2 The automated scanning machine shall, at a minimum, be calibrated at the beginning and end of each day. The calibration process must include the comparison of the results of the automated scanner to the results of the calibrated hand held gauge at a specific point on the hull. This shall be done in the presence of the designated Coast Guard Inspector. 3.3.4 The waveform for each point collected shall be saved and made available to the US Coast Guard for four years after the inspection. 3.3.5 The automated scanning machine must cover all areas below the water line up to a maximum six inches around obstacles. Acceptable obstacles include sea suctions, discharges, rudderposts, anodes, stern tubes, transducer capastic fairings, drydock blocks, and areas blocked by immovable scaffolding or shipyard activity. 3.3.6 All areas within six inches of obstacles and not covered with the automated scanner shall be scanned with a hand held meter set to a resolution of 2.0” x 2.0”. 3.3.7 The start point of each scan shall be clearly identified on the hull for reference. 3.4 Scanning parameters (Hand held). 3.4.1 The Contractor shall calibrate the hand held meter each time it is powered up for use using an ASNT certified calibration block made of mild steel. 3.4.2 The Contractor shall scan all areas within six inches of the obstacles listed in paragraph 3.3.5 and not covered with the automated scanner using a hand held meter set to a resolution of 2.0” x 2.0”. 3.4.3 The Contractor shall provide supplemental hand held readings in accordance with paragraph 3.1 on any areas of the hull identified as thinner than the criteria for repair defined in paragraph 3.8. 3.4.4 The Contractor shall scan any areas where the automated scanner lost data due to sharp dents, surface irregularities, roughness, etc. using a hand held meter with a resolution set to 1.0” x 1.0”. 3.5 Hull identification and markings. 3.5.1 The Contractor shall label each plate on the hull designated for inspection (see paragraph 3.6) as identified on CG Drawing 87WPB 111-001, CG Drawing 87WPB 122-001, and CG Drawing 87WPB 131-001. 3.5.2 The Contractor shall label the starting point for each scan on the hull. 3.5.3 The Contractor shall outline the areas measured with the hand held meter on the hull. 3.5.4 The Contractor shall outline in WHITE or YELLOW all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.8. The colors used to label repair areas shall not be used for any other markings on the hull. 3.6 Designation of plates to be inspected. The Contractor shall accomplish the procedures outlined above on the plates designated as follows, use CG Drawings 87WPB 111-001, 87WPB 122-001 and 87WPB 583-001 for reference: •Port side – SP-18P, SP-17P, SP-16P, SP-15P, SP-14P, SP-13P, SP-12P, SP-11P, SP-10P, SP-9P, SP-8P, SP-7P, SP-6P, SP-5P, SP-4P, SP-3P, SP-2P, SP-1P. •Starboard side - SP-18S, SP-17S, SP-16S, SP-15S, SP-14S, SP-13S, SP-12S, SP-11S, SP-10S, SP-9S, SP-8S, SP-7S, SP-6S, SP-5S, SP-4S, SP-3S, SP-2S, SP-1S •Centerline – SP-1CL •Contractor shall use hand held scanner to scan the areas of spray chine that are not accessible with the side scan machine. •Transom – Contractor shall scan the entire transom as shown on CG Drawing 87WPB 122-001. •Transom door – Contractor shall scan all surfaces of the transom door shown on CG Drawing 87WPB 583-001 NOTICE! The Contractor shall be aware that the transom door is aluminum. The inspection on the transom door must be done using hand held scanning equipment. •RHIB notch wet deck - Contractor shall scan the lower are of the RHIB notch wet deck from the aft edge at the transom forward to frame 25. See Drawing 87WPB 131-001, Sheet 3, detail 30-A. This does not include the vertical surfaces of the RHIB notch, only the deck surfaces. 3.7 Reports. 3.7.1 Paint thickness. The Contractor shall measure the average paint thickness in order to provide a more accurate metal thickness at all scanned points. The average paint thickness must be clearly defined in the reports. 3.7.2 Written report. The Contractor shall provide five copies of a written report to the MLC type desk manager (TDM), the contents of which shall include the following. •Overview •Plate summary – must be in table format with at minimum a column for plate identification, repair identification, location of repair area, size of repair area, and brief description (i.e. exterior pitting, hole, interior corrosion, etc.). •A composite of mosaic of the C-scan images overlaid on the shell plate expansion drawing (CG Dwg 87WPB 111-001). •A separate page for each plate with a C-scan image of that plate only. The upper right or lower right of each page must contain the plate identification for easy retrieval. Each page must also contain the following: oPlate design weight. oNominal thickness. oCriteria thickness for good/green. oCriteria thickness for caution/yellow. oCriteria thickness for repair/red. oAll repair areas must be outlined in blue in the C-scan image as they are marked on the hull. Each repair area must have a label corresponding the label on the hull. oAll unusual areas on the C-scan such as rough surface, etc. must be called out and noted in blue. •A separate AutoCAD drawing for each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval. All repair areas must be drawn to scale and hatched as they are marked on the hull. The plates must be drawn to scale and dimensioned. Orientation of the plate to the boat must be identified. Assume the lower left corner of the plate is a right angle for drawing purposes. Use the left and bottom weld for obtaining dimensions of repair areas. Drawing tolerances can be +/- ½”. •A minimum of 1 page for digital photos of each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval. 3.7.2.1 The written report is to be organized as follows: •Table of contents. •Overview. •Plate summary. •Port side mosaic. •Port side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. •Starboard side mosaic. •Starboard side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. •Transom C-scan, AutoCAD drawing and digital photos. 3.7.3 Electronic report. The Contractor shall submit two copies of the following in electronic format, either on CD or DVD to the MLC type desk manager. The electronic media contents shall include as a minimum the following. •All items contained in the physical written report. •A separate tab or file for each plate with the data or thickness value measured for every point used in the C-scan image. These readings should be proportionate on the page as to the location measured on the plate. The plate identification, design weight, and nominal thickness must be included at the upper left of the screen. •An interactive file of the C-scan image for each plate that the USCG can change the thickness criteria for each color. The USCG must be able to input either the % wastage or material thickness for each color and the program must generate a new C-scan image per the new inputted criteria. 3.7.3.1 All files shall be compatible with USCG standard workstation software including AutoCAD 2005, MS Office 2003, Adobe PDF, and JPEG. 3.8 Analysis criteria. The following table defines the analysis criteria to be used in preparing the reports based upon the results of the automated and hand held scanning processes. ANALYSIS CRITERIA FACTORCOLOR KEY REDYELLOWGREEN % OF CALCULATED WASTAGEGreater than or equal to 25%10-24%< 10% COLOR MEANSREPAIRCAUTIONGOOD *Calculated wastage should be completed taking average paint thickness into account. 3.8.1 This criteria applies to all plates designated for scanning. 4. QUALITY ASSURANCE 4.1 A Coast Guard Inspector will be on site during the entire scanning evolution to witness procedures and review collected data. 4.2 The Contractor shall provide supporting documentation to show the ASNT qualifications and certifications of all personnel directly involved in the scanning process. 5. NOTES 5.1 Government-furnished items. The Coast Guard shall supply the following to the Contractor. •References listed in section 2. •Two 20A, 120VAC/1/60, circuits within 50 feet of vessel at on-site location. •0.50 gpm of fresh water within 50 feet of vessel with standard hose bib fitting. •Approved scaffolding or man lift to bring inspection personnel within one foot of all inspection areas that are five feet above ground level. •Surface prep of hull with an ultra high pressure water spray or grit blast to bare metal followed by primer skim coat (3-5 mils) to prevent flash rust. Surface profile must be uniform. End of SOW The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html FAR 52.204-4Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5Evaluation of Options (JUL 1990) FAR 52.222-1Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72Organizational Disclosure of Conflicts of Interest (JUN 2006) HSAR 3052.217-90Delivery and Shifting of Vessel (DEC 2003) HSAR 3052.217-91Performance (DEC 2003) HSAR 3052.217-92Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93Subcontracts (DEC 2003) HSAR 3052.217-95Liability and Insurance (DEC 2003) HSAR 3052.217-96Title (DEC 2003) HSAR 3052.217-97Discharge of Liens (DEC 2003) HSAR 3052.217-98Delays (DEC 2003) HSAR 3052.217-99Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100Guarantee (JUN 2006) HSAR 3052.222-70Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 HSAR 3052.242-72Dissemination of Contract Information (DEC 2003) Contracting Officer’s Technical Representative (DEC 2003) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) applies (with the exception of paragraph f). Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (OCT 2008) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (JUN 2008). Vendors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (j) 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. (End of clauses.) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008) ADDENDUM to FAR 52.212-4, HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) (a) prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504of such Code shall be applied by substituting ‘more than 50 percent’ at least 80 percent’ each place it appears. Foreign Incorporated Entity means any entity which is or but for subsection (b) of Section 835 of the Homeland Security Act, 6 U.S.C.395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or series of related transactions)- (1) The entity completes after November 25, 2002, the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701 (a) of the Internal Revenue Code of 1986 respectively, (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity: or (ii) stock of such which is sold in a public offering related to the acquisition described in subsection (b) (1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is after the date of enactment of this Act and which is 2 years before the ownership requirements of subsection (b) (2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purpose of applying Section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships, which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follow: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submitted a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)). 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=91e3b15fd69d8b91133c16aefe1499bd&tab=core&_cview=1)
- Place of Performance
- Address: 9752 HWY 182 E, Amelia, Louisiana, 70380, United States
- Zip Code: 70380
- Zip Code: 70380
- Record
- SN01740424-W 20090131/090129215810-91e3b15fd69d8b91133c16aefe1499bd (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 |