Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2012 FBO #3702
SOLICITATION NOTICE

20 -- TECHNICAL REPRESENTATIVE FOR ACCOMMODATION LADDER REPAIRS

Notice Date
1/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7252
 
Archive Date
2/2/2012
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-12-T-7252, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective January 5, 2012. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS MERCY for the following services: The requested period of performance for the below service is 16 JAN 2012 - 28 FEB 2012. 1.0 ABSTRACT: 1.1 This work item is for the contractor to conduct repairs and weight test of the Port and Starboard Accommodation Ladders. 2.0 REFERENCES/ENCLOSURES: 2.1 5981305_B ACCOMMODATION LADDER INSTALLATION 2.2 5981390 RIGGING LABEL PLATES 2.3 MSC.1 CIRC.1331 IMO GUIDELINE GANGWAYS 2.4 WIRE ROPE CERTIFICATE OF TEST (5/7/2009) 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location/Quantity: 3.1.1 Main Deck Frame 42, Stbd side 3.1.2 Main Deck Frame 42, Port side 3.2 Description: 3.2.1 Approx. 70' Fixed Tread Accommodation Ladder, with 64 treads. 3.2.3 Manufacturer: Washington Aluminum Company 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALISERVICES: None. 5.0 NOTES: 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and subcontractors regardless of tier must comply with the requirements of all applicable GTR's. 5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. 5.3 All Welding shall be in accordance with ABS rules for building and classing steel ships. 5.4 All Electrical cables and components shall be installed in accordance with the IEEE STD 45 Latest Rev. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work shall be in accordance with the manufacturer's specification and approved by the CHENG, MSCREP and attending U.S. Coast Guard inspector and ABS surveyor. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Structural: 7.1.1 Contractor to provide all labor, material, hardware, equipment, staging, rigging, tools, water weight bag, certified weights, and crane service that's certified by Naval Base to to accomplish this work item. 7.1.2 Remove the port and stbd ladders, upper platforms, yoke assemblies, and all stanchions and net spreaders from the ship and transport in its entirety to the contractor's repair facility. 7.1.3 Disassemble the ladders and upper platforms to the extent necessary to clean all surfaces to bare metal. 7.1.4 Visually inspect the ladders, upper platforms pivots, rollers, suspension points, brackets, stanchions, handrails, hand ropes, turntables, davit structures, wires, sheaves, brake, brake band, brake pads, control system, motor, winch and all associated accommodation ladder components for any signs of deterioration and wear. 7.1.5 For estimating purposes assume a total of four (4) linear feet of weld repairs to complete all required repairs. 7.1.6 Accomplish NDT (PT) of all areas identified in 7.1.3 and of all repairs. 7.1.7 Provide "As Found Condition Report" to the CHENG and MSCREP. 7.1.8 Make all necessary repairs. No additional equipment or material not contained in this statement of work shall be installed, replaced or repaired without the express approval of the Port Engineer or MSCREP. The MSCREP shall provide a written response to make additional repairs or replacements. 7.1.9 Remove ladder rollers, sandblast to bare metal and inspect for cracks or dents. Each ladder roller pin is to be removed and inspected for cracks and ensure the pin is straight. The ladder roller and pin hardware shall be replaced with new bolts and if pins shall be replaced, use 316 stainless steel. 7.1.10 Each ladder roller guard is to be removed and cleaned to bare metal. Each guard is to be repaired to ensure that it completely covers the roller and when the ladder is deployed it is no more than ½" from the load surface to ensure that no personnel can accidentally get their feet caught under the roller if the ladder moves suddenly. Each roller guard after completion of repair shall be painted safety yellow to increase visibility. 7.1.11 All railing pins and pin lanyards shall be replaced with new material using 316 stainless steel as the material of choice. 7.1.12 Upon completion of NDT checks and necessary ladder repairs, each ladder is to be sandblasted to bare metal and coated with CFM clear epoxy. After completion of coating procedures, each ladder tread shall have a non- skid coating applied to each wear surfaces. 7.1.13 Upon completion of repairs and surface preservation and coating, the contractor shall have each ladder inspected by the Chief Mate CHENG to ensure that all work is completed as required. 7.1.14 Upon satisfactory inspection, the contractor shall transport the accommodation ladders to the ship and installed using new Grade 8, 316 stainless steel securing bolts. Each fastener shall have a light coat of anti-seize before installation and torqued per industry standards. 7.1.15 A complete service report that will clearly state all work done, materials used and NDT reports shall be submitted to the Chief Mate CHENG and Port Engineer or MSCREP. 7.2 Inspection Test: 7.2.1 Conduct no load operational tests of the port and stbd accommodation ladders. 7.2.2 Conduct weight tests of the accommodation ladder systems in the presence of the ABS, USCG, Chief Mate and Port Engineer or MSCREP. Checkpoint. 7.2.3 Lower the ladder to the service position and secure with the bridle-pendant assembly. Under no conditions are the lifting winches to be subjected to the test loads. 7.2.4 Apply static loads of 300 pounds to every other ladder tread and static loads of 1100 pounds to the upper and 650 pounds lower platforms. Hold for a minimum of ten (10) minutes. Note: Deflection should not exceed L/75 (75mm) for aluminum or damage any components. 7.2.5 Any evidence of damage, permanent deformation to the ladder, platforms, bail brackets, bail assembly and supporting structure shall constitute a failure of the test. 7.2.6 After completion of satisfactory load testing, unload all test weights and stow the accommodation ladder. 7.2.7 Mark the ladder with the contractor, maximum operational load and date of testing. 7.2.8 Prepare and submit two (3) copies of a Service Report detailing repairs completed and satisfactory 5 year weight test in accordance with reference IMO MSC.1/Circ 1313 to the Chief Mate CHENG and Port Engineer or MSCREP. 8.0 GENERAL REQUIREMENTS: None The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 52.252-2 Clauses Incorporated by Reference 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 13 January 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d70042c9c525549726d6566a3d04676)
 
Record
SN02652563-W 20120113/120111234548-7d70042c9c525549726d6566a3d04676 (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.