Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
MODIFICATION

19 -- NEW YORK, N.Y. DRYDOCKING BARGE

Notice Date
7/19/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - STLI Statue of Liberty National Monument Ellis Island Procurement Office Jersey City NJ 07305
 
ZIP Code
07305
 
Solicitation Number
Q1940100264
 
Response Due
7/29/2010
 
Archive Date
7/19/2011
 
Point of Contact
Yeny A. Reyes Contract Specialist 2123633206120 Yeny_Reyes@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
solicitation: Q1940100264This 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; quotes are being requested and a written solicitation will not be issued. This Request For Quotation (RFQ) incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-44. This solicitation is unrestricted, NAICS 488390. The U.S. Department of Labor Wage Determination Number: WD 05-2375 (Rev.-9) was first posted on www.wdol.gov on 06/22/2010 applies. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria: (1) Have at least three (3) to five (5) years of experience performing similar services as required in this solicitation. Statue of Liberty National Monument has a requirement for services to overhaul one (1) floating barge located at Ellis Island. The floating barge must be transport from Ellis Island, New York, N.Y. 10004 to the Contractor's facility for repairs and transport back to Ellis Island. An organized site visit will be scheduled on an individual basis as requested by the vendors. Interested parties shall respond via email to yeny_reyes@nps.gov indicating their intent on attending and provide the name(s) of the attendee(s) no later than one day prior to desired date of attendance. Individual requests for solicitation packages will NOT be accepted. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52-204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 8, 18, 19, 21, 22, 24, 30, 38 and paragraph (c) clauses indicated by number 1, 2.. The deadline for receipt of quotes will be Thursday, July 29, 2010 by 11:59 pm local time (EDT). Quotes may be submitted on a letterhead. Submit your quotes to: Contracting Officer, Statue of Liberty National Monument, Ellis Island Contracting Office, Jersey City, NJ 07305-1776 or by FAX to (212) 363-8343 or email at yeny_reyes@nps.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. All questions shall be submitted in writing via e-mail to yeny_reyes@nps.gov. ----------------------------------------------------------------------------------------------------------------------------------------- WORK TO BE PERFORMED: STATEMENT OF WORKStatue of Liberty National MonumentLiberty IslandNew York, NY 10004 Rehabilitation of USPP Barge Dock TABLE OF CONTENTS 1.GENERAL1.1GENERAL INTENTION1.2LOCATION1.3GENERAL DESCRIPTION1.4TIME FOR COMPLETION1.5CONTRACTOR INFORMATION1.6EXISTING WORK1.7EPA/OSHA REGULATIONS 2.PRODUCTS2.1PAINTS2.1.1ANTI FOULING PAINT2.1.2PRIMERS2.1.3TOPSIDE PAINT 3.EXECUTION3.1DEMOLITION3.1.1DUST [AND DEBRIS] CONTROL3.1.2TITLE TO MATERIALS3.2PAINTING3.2.1SAND SWEEPING 3.2.2PAINTING GENERAL CONDITION3.2.3PROTECTION OF AREAS NOT TO BE PAINTED 3.2.4PAINTING ANTI-FOULING BOTTOM PAINT 3.2.5PAINTING ABOVE THE WATER LINE 1GENERAL 1.1GENERAL INTENTION It is the intention under the terms and conditions of this contract to obtain a rehabilitation of the National Park Service (NPS)/United States Park Police (USPP) vessel barge. For the purpose of this contract the Firm Fixed Lump-Sum Work shall be for work described for the USPP Vessel barge (20' x 60' steel construction). 1.2LOCATION All work done under this contract must be performed within United States Coast Guard Sector, NY and shall be performed at the contractor's facility. 1.3General Description The Contractor shall provide all supervision, labor, materials, tools equipment and all incidental and related work to perform the following listed work in accordance with the specifications as stated herein. 1. Haul and dry dock of barge.2. Remove any standing water from all interior compartments.3. Sand sweep bottom plating, prime and paint anti-fouling red (3 coats Commercial Marine Grade Anti-Fouling Paint that is approved by the Contracting Officer). 4. Sand Sweep side plating, prime and paint gloss black (3 coats Commercial Marine Grade Epoxy Paint that is approved by the Contracting Officer).5. Prepare, prime and paint deck, non skid gray (2 coats Commercial Marine Grade Paint that is approved by the Contracting Officer).6. Replace deck hatch seals to ensure a water-tight seal.7. Replace all zinc anodes below waterline. 1.4TIME FOR COMPLETION All work performed under this contract shall commence within 15 days after contract award, and shall be completed within 14 days of the date that the contractor receives barge. 1.5CONTRACTOR INFORMATION Provide a list that includes the name, address and telephone number(s) of the General Contractor and each subcontractor installing the product or equipment. 1.6Existing Work a. The removal or altering in any way of existing work shall be carried out in such a manner as to prevent injury or damage to any portion(s) of the existing work which remains.b. All portions of existing work which have been altered in any way during construction operations shall be repaired or replaced in kind and in a manner to match existing or adjoining work, as approved by the Contracting Officer. All work of this nature shall be performed by the contractor at the Contractors expense and shall be performed as directed by the Contracting Officer. At the completion of all operations, existing work shall be in a condition equal or better than which existed before the new work started. 1.7EPA/OSHA Regulations During the performance of all work under this contract, the contractor shall adhere to Environmental Protection Agency (EPA) Regulations and Federal Occupational Safety and Health Regulations (OSHA), U.S. Army Corps of Engineering Safety and health Handbook EM_3851-1, as well as all applicable New York State or New Jersey State Environmental regulations, especially in regard to Contractor generated hazardous wastes. 2PRODUCTS Commercial Marine Grade paints as specified. Paint description-Antifouling paint shall be a modified epoxy for use on steel hull. Paint shall contain a suitable level of Cuprous Oxide for long term anti-fouling (approximately 50-70%). Antifouling paint shall be red in color. 2.1PAINTS 2.1.1Antifouling Paint Antifouling paint shall be commercial marine grade antifouling paint suitable for steel constructed barge and in saltwater environment of New York Harbor. Paint shall be red in color. 2.1.2Primers Primers shall be suitable for steel constructed barge and designed to work in saltwater environment and in conjunction with antifouling paint and topside paints selected. 2.1.3 Top Side Paint (side plates and deck more than 6" above previously painted waterline) Topside paint shall be commercial grade marine paint suitable for environment of New York Harbor and compatible with selected primer and steel construction of barge. Topside paint shall contain non-skid material over entire flat deck surface to provide a slip resistant surface. Color of Top Side Paint shall be Medium Gray. 3.EXECUTION 3.1Demolition The Contractor shall not begin demolition (work) until authorization is received from the Contracting Officer. Included in the Fixed Firm Price is disposal of all debris. 3.1.1 DUST [AND DEBRIS] CONTROL The Contractor shall prevent the spread of dust and debris to interior compartments of barge. 3.1.2 Title to Materials Except where specified in other sections, all material and equipment removed, and not reused, shall become the property of the Contractor and shall be removed from the barge. All fendering systems, equipment, devices shall be reinstalled as they were prior to the commencement of any work. 3.2 Painting 3.2.1 Sand Sweeping Sand Sweeping shall be performed in accordance with industry standards. In general the paint shall be totally removed down to bare metal when more than 50% of the existing painted surface has already been removed from the surface by wear. Otherwise, loose paint shall be removed from the surface as agreed upon mutually by the Contracting Officer and the Contractor. All work shall conform to local environmental authorities having jurisdiction regarding the methods of removal for this material. 3.2.2Painting General Condition Painting shall not be allowed in rainy weather or when rain is expected or when rain is imminent. Paint or coatings shall not be applied when temperatures or humidity exceed the manufactures recommendations. Each coat of material shall be free of any evidence of poor application. Variations in color, gloss and texture shall not be acceptable. Finishing coats shall show good hiding characteristics and uniform appearance. Newly painted surfaces shall be protected from damage and contamination from dust and debris. Exposed ferrous metals shall be properly primed with a suitable corrosion inhibitive primer capable of preventing flash rusting and compatible with the coating specified for adjacent areas. All paints/coatings shall be applied strictly in accordance with the manufactures recommendations, by brush, roller and/or spray. 3.2.3Protection of areas not to be painted Items not to be painted which are in contact with or adjacent to painted surfaces shall be removed or protected prior to surface preparation and painting operations. Items removed prior to painting shall be replaced when painting is completed and dried. Surfaces contaminated by coating materials shall be restored to original condition. 3.2.4Painting Antifouling Bottom Paint Painting Anti-Fouling Paint: After the surface has been sand swept and cleared of any and all loose particles. Surfaces shall be dry and free from dirt, oil, grease, wax and other contaminants. The Contractor shall apply three coats of anti-fouling paint to the entire bottom of the vessel and up to 6 inches above the existing painted waterline. 3.2.5Painting above the Waterline Surfaces shall be dry and free from dirt, grease, oil, wax and other contaminants. Oxide or corrosion shall be removed by hand, power tool or sand sweeping. The contractor shall follow all applicable instructions as specified by the manufacture(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1940100264/listing.html)
 
Place of Performance
Address: STATUE OF LIBERTY N.M.ELLIS ISLAND RECEIVING OFFICENEW YORK, N.Y. 10004
Zip Code: 10004
 
Record
SN02209993-W 20100721/100719234459-b256b990e19474a3dd2c9d8694ea3d8e (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.