Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SOLICITATION NOTICE

J -- Refurbishment of Paint Floats

Notice Date
6/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410R0058
 
Response Due
7/1/2010
 
Archive Date
7/16/2010
 
Point of Contact
Amador 'Rey' Estrada 619-532-2650 James Browley619-532-3988
 
Small Business Set-Aside
HUBZone
 
Description
***Note: Due to technical difficulties with the posting of this requirement on 16 June 2010, the submission period is hereby extended from 10:00 AM, PSD time, 24 June 2010 to 10:00 AM, PSD time, 1 July 2010. A second site visit is scheduled for 23 June 2010 at 0800. For additional details and POC info to arrange site visit, see below. The original combined synopsis/solicitation posting is below*** DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an Offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number N00244-10-R-0058 applies; an electronic copy of the RFP can be accessed at http://www.neco.navy.mil. Purpose of this announcement is to publicize FISC San Diego's intention of issuing solicitation N00244-10-R-0058 for the refurbishment of three paint floats. NAICS Code is 336611. Size Standard is 1,000. This is a 100% HUB ZONE set aside procurement. FISC San Diego requests proposals from only certified HUB ZONE Contractors. The scope of this Statement of Work encompasses the following (a copy of the solicitation is attached to this notice): A.Statement of Work. Refurbishment of a total of three (3) paint floats (one (1), two-stage and two (2), four-stage paint floats) located in Naval Base San Diego to near new condition. Near new condition defined as: (1)All cracked, bent, twisted, broken, deteriorated fender supports, pitted surfaces due to galvanic corrosion equal to or exceeding 40 to 50 percent in depth of original metal and surface areas, and failed welds are repaired as appropriate. (2)All damaged bent or twisted scaffold and worn or warped scaffold decking of 40% or more deteriorated replaced. (3)All damaged, bent or twisted deck grating repaired or replaced and securely welded. (4)Repair / cover all outer edges of the bitter ends of deck grating with appropriate angle iron. (5)Repair / replace all damaged D-type fendering per original design. (6)Install/replace all ZHC-23 zinc plates to each pontoon in its original position. If no zinc plates are currently installed, placement will be at the direction of the Government Representative. (7)Replace deteriorated wooden fendering with new, same type fendering and fasteners above and below the waterline. (8)Minimum of two (2) new coating of marine grade primer from bare metal to all surfaces. (9)Minimum of two (2) new coating of marine grade of non-copper anti-fouling below the water line. (10)Coat surface area above the water line with two coats of marine grade Terracotta top coating. (11)All ladders and ladder rungs securely fastened. (12)Coat all deck grating and scaffolding with two (2) coats of navy haze gray. (13)All float cans air and water tight. (14)Fully assembled paint floats ballasted to stable even keel. (15)Permanent identification on paint float with raised welded numbers (4" high and 2" wide) at center opposite sides of each paint float read from the water side. (16)Return paint floats to storing location after refurbishment B.Paint Float Measurement / Dimensions: 2-Stage Paint Float: 9'4"W X 10'7"L, 28' 7" H (QTY: 1)4-Stage Paint Float: 17'9"W X 13'7"L, 23' 7" H (QTY: 2) C.Other Contractor responsibilities: (1)Pick up paint floats from designated storage area and return once refurbishment is completed. (2)Perform refurbishment at Contractors designated site. (3)Obtain necessary permits for water front access and oversize load road permits, if required.(4)Provide all lifting and transport services and permits as necessary. (5)No disassembly of the units will be authorized on any of the Naval Base installation.(6)All scaffolding shall be of like material of current design.(7)The base period of performance for this acquisition is anticipated to begin on date of award and continue through one hundred twenty (120) calendar days after award date. (8)Delivery schedule shall be minimum of two (2) refurbished paint floats for the first 60 calendar days from date of award, followed by delivery the third refurbished paint float with all three (3) delivered on or before the one hundred and twentieth (120th) day from date of award. D.Hazardous Material / Waste. Government testing of the paint covering on the paint floats has identified reportable levels of barium, chromium, copper and selenium. (1)The Contractor shall be responsible to properly manage and dispose all generated scrap and paint debris including California identified hazardous materials/waste/substances for disposal at no extra cost to the government. (2)The paint coatings in this project will include potential generation of paint debris, paint chips and sand blast grit that is normally identified as hazardous material due to its composition and shall be treated as such. The Contractor and Navy may be determined as co-generators of the hazardous material/waste /substance which will require proper manifesting procedures in accordance with Commander Navy Region Southwest (CNRSW) policy. The Contractor shall properly manage and coordinate all documentation and dispose of all hazardous materials/waste/substances in accordance with all U.S Navy approved standards and California State, local and federal regulations. (3)The Contractor shall be considered the co-generator of any hazardous waste associated with this contract and shall be responsible for proper management, removal and disposal of all co-generated hazardous waste. All costs will be incorporated into the firm fixed price of the contract. (4)For information purposes, it is estimated that the contract will generate five (5) 55 gallon drums of waste per unit. Site Visit: A site visit is scheduled for all interested parties on Friday, June 18, at 8:00 a.m. Meeting location at 3321 South Hall Street, San Diego, Ca 92136. Anyone needing base access needs to contact Mr. Brian Lehmkuhler, (619) 556-6790, brain.lehmkuhler@navy.mil and/or Mr. Matt Lynch, (619) 556-3136, matthew.lynch@navy.mil. Proposals must be received no later than 10:00 AM, PSD time, 24 June 2010. and will be accepted either via fax (619-532-1088) or via e-mail (preferred) to Amador.estrada@navy.mil. Proposals submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Notes: 13, 27.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410R0058/listing.html)
 
Place of Performance
Address: 3315 Buchanan Street, San Diego, CA
Zip Code: 92136
 
Record
SN02183033-W 20100623/100621234614-22eaed49f84f4077a9b20fc964d0b16a (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.