Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
MODIFICATION

42 -- Derrick Boat Elizabeth, Fixed Fire Suppression System

Notice Date
5/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17-T-0005
 
Archive Date
6/7/2017
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS WITH A SMALL BUSINESS (SB) STATUS. * This opportunity is a 100% Small Business set-aside. * This announcement constitutes a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. Solicitation number W91236-17-T-0005 is issued as a Request for Quote (RFQ). Quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 and DFARS Change Notice 20130909. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) code is 336611, and the Small Business Size Standard is 1,250 employees. This solicitation is 100% Set-Aside for Small Businesses. The U.S. Army Corps of Engineers, Norfolk District intends to issue a Firm Fixed Price contract for repair of the fixed firefighting system to meet current Federal standards on the Vessel ELIZABETH, located in Norfolk, Virginia. The period of performance to complete all services in accordance with the Performance Work Statement (PWS) and the conditions of the contract is 15 days after receipt of award. NOTE: Due to vessel conditions, it is unsafe for the vessel to travel via the Chesapeake Bay/Atlantic Ocean; for the safety of the vessel and vessel crew, the Derrick Boat ELIZABETH must remain in local waters for repair. THE FOLLOWING SHALL BE INCLUDED IN THE CONTRACTOR'S QUOTE: A) Price Table: See attached Bid Schedule: Vessel Elizabeth Fire System Repair B) Technical Response: Award shall be made to the responsible contractor with the quote conforming to the RFP, demonstrates the ability to perform all work, and offering the lowest price C) Company Information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email QUOTE PREPARATION INSTRUCTIONS: Contractors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements in addition to the aforementioned information requested to evaluate the quote. Failure to meet a requirement may result in an offer being ineligible for award. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; Offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness. EVALUATION OF THE QUOTES: A) Award shall be made to the contractor with the quote offering the lowest price, meets all the requirements of the PWS, and demonstrates the ability to perform all of the work B) In order to be eligible for award, the contractor must be registered in the System for Award Management (SAM) database found at https://www.sam.gov/portal/public/SAM/ and be verified by the VA as with a SB status. The following FAR provisions and clauses are applicable to this procurement: 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government 52.204-3 Taxpayer Identification 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-3, ALT I Offeror Representations and Certifications - Commercial Items 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 52.219-1, ALT I Small Business Program Representations 52.219-4 Notice of Price Evaluation for HUBZone Small Business 52.219-6 Notice of Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-17 Non-displacement of Qualified Workers 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification 52.232-18 Availability of Funds 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit The Government intends to hold a site visit for all interested parties on 16 May 2017 from 9:00-11:00 AM EST. The site visit will start promptly at 9:00 AM EST and will end +/- 11:00 AM EST. Location: Great Bridge Reservation Facility Address: 2509 Reservation Road. Chesapeake, Virginia 23322 The site visit will give all interested parties an opportunity to tour the vessel in order to take pictures (at the permission of the Government) and to make notes regarding the boat's condition. The site visit is not an opportunity to make inquiries. 52.243-1, ALT I Changes-Fixed Price 52.244-6 Subcontracts for Commercial Items 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Federal Acquisition Regulation (48 CFR Chapter 2) 52.252-6 Authorized Deviations in Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004, ALT A System for Award Management 252.212-7000 Offeror Representations and Certifications - Commercial Items 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.225-7031 Secondary Arab Boycott of Israel 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7010 Levies on Contract Payments Invoices Instructions: Invoices shall be submitted and billing inquiries shall be directed to: U.S. Army Engineer District, Norfolk ATTN: CENAO-WR-ON-S (Scott Titus) 803 Front Street Norfolk, VA 23510-1096 Payment will be made by: U.S. Army Corps of Engineers Finance Center (ATTN: Accounts Payable) 5720 Integrity Drive Millington, TN 38054-5005 CONTRACTING POINT OF CONTACT INFORMATION: All correspondence should reference RFQ Number W91236-17-T-0005 in the Subject Line of the Email. Any questions should be submitted via email to Mrs. Stormie Wicks Stormie.B.Wicks@usace.army.mil cc'd Eartha.Garrett@usace.army.mil Quotes are due by 2:00 PM EST on 23 May 2017. Quotes shall be submitted electronically to: Stormie Wicks at Stormie.B.Wicks@usace.army.mil Cc'd Eartha.Garrett@usace.army.mil Inquiries shall be sent via email to Mrs. Stormie Wicks at Stormie.B.Wicks@usace.army.mil cc'd Mrs. Eartha Garrett at Eartha.Garrett@usace.army.milm NLT COB 18May2017. No questions will be accepted after COB 18May2017. Answers will be posted via Amendment to www.FBO.gov. It is the Offeror's responsibility to refer to any Industry Guidance or Regulation manuals referenced. PERFORMANCE WORK STATEMENT REPAIR FIXED FIREFIGHTING SYSTEM 1. SCOPE 1.1 Scope. This work item describes the requirements to repair the fixed firefighting system to meet current Federal standards on Vessel ELIZABETH. 2. APPLICABLE DOCUMENTS US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 Seaplane Wrecking Derrick YSD, Drawing, Midship Section and Hold Code of Federal Regulations: 46 CFR 25.30-15, 46 CFR Subpart 76.15 Code of Federal Regulations: 46 CFR Subpart 95.15, 46 CFR 118.410 Department of Homeland Defense, US Coast Guard Marne Safety Alert 05-12 Code of Federal Regulations (CFR), Title 29 (Labor), Subtitle B (Regulations Relating to Labor), Part 1915 - Occupational Safety and Health Standards for Shipyard Employment, Subpart B (Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment) Code of Federal Regulations (CFR), Title 29 (Labor), Subtitle B (Regulations Relating to Labor), Part 1915 (Occupational Safety and Health Standards for Shipyard Employment), Subpart I - Personnel Protective Equipment (PPE) National Fire Protection Association (NFPA), 312, Fire Protection of Vessels During Construction, Repair, and Lay-Up, 2000 Edition American Society for Nondestructive Testing, (ASNT) Non Destructive Testing Handbook American Bureau of Shipping (ABS) Rules for Building and Classing Steel Ships MIL-STD-1689, Fabrication, Welding and Inspection of Ships Structures 3. REQUIREMENTS Note: Welding certifications. All welding that is performed within the scope of this work item shall be performed by a certified welder. The certification shall be for each type of welding procedure and application that is required within the scope of this work item. A copy of the welding certificate shall be provided to the COR before commencement of work. 3.1 Gas Free Required Spaces. Prior to gas-freeing, all oil, water and other debris or fluid from the engine room and all other bilges, bulkheads, decks and deck plating fore and aft of this space, or other spaces where hot work has been specified, shall be removed and bilges, bulkheads, decks and deck plating shall be cleaned of all oil, residue and debris. 3.1.1 Clean and gas-free all spaces that require hot work. The Contractor shall certify all spaces and components related to this work item "SAFE FOR WORKERS" and "SAFE FOR HOT WORK", as applicable, in accordance with 29 CFR 1915, Subpart B. Be aware that work necessary to certify spaces and components includes, but is not limited to opening, ventilating, cleaning, and maintaining the safe conditions for the duration of the work being performed for all spaces and adjacent spaces that hot work will be performed. Gas-free certification shall be maintained throughout the duration of this contract. 3.1.2 The gas free certification shall be posted in a conspicuous area outside of the space being gas freed. 3.2 Remove and reinstall interferences and repair of disturbed surfaces. Removal of interferences includes but is not limited to wiring, piping clips, insulation, and/or minor fixed equipment in way of work and mounts. At the completion of structural repairs, all removed interferences shall be reinstalled as existing. All disturbed surfaces shall be clean, primed and painted to match existing surfaces. 3.3 Modify C02 fire suppression system (FSS) per applicable documents, to comply with latest version of the Code of Federal Regulations. Note: This requirement to modify the existing FSS is a requirement for the Contractor to perform all modifications of the system that exist to meet current Federal requirements. Note: Fixed CO2 system needs to be type approved and installed in accordance with applicable regulations; 46 CFR 25.30-15, 46 CFR Subpart 76.15, 46 CFR Subpart 95.15, 46 CFR 118.410, etc. These regulations require all controls and valves for the operation of the system to be outside the space protected and notes they cannot be located in any space that might be cut off or made inaccessible in the event of fire in the protected spaces. The Coast Guard considers pressure switches that are used in such systems a "control." Note: All oversight and inspections of the FSS shall be performed by a state certified FSS inspector. A copy of the certifier's certification shall be provided to the COR, before work begins on the FSS. 3.3.1 Make FSS safe for work by deactivating system during modifications to system. 3.3.2 Remove existing CO2 cylinders, piping, system components and pull station piping. 3.3.3 Relocate FSS pressure switch and all related components from existing location in fiddly above engine room to the galley. Location of switch in Galley to be determined by installing company. Installation includes but is not limited to a new pressure switch, piping, tubing, watertight penetrations, clips, hangers and other parts necessary to perform a complete functional system to the FSS. 3.3.4 Install new 3 ea 100# CO2 cylinders, new cylinder brackets. Install new 2 ea remote pull boxes (port/stbd) and associated pull cable piping. Install new CO2 manifold, components and discharge piping to both Port/Stbd side of engine room. Install heat activated devices and copper activation tubing. Install new CO2 discharge nozzles. Install CO2 flex hoses and discharge heads. 3.4 Paint and clean disturbed areas. Paint disturbed surfaces and new FSS system. Disturbed surfaces shall be painted to match existing surface color. FSS shall be primed and then be painted red. 3.4.1 After all work is performed all bilges, bulkheads, decks and deck plating related to this work item shall be clean of all oil, residue and debris. 3.5 Certify FSS. After completion of the FSS pressure switch relocation, place system in a ready state and perform a certification of the system. Pressure test discharge piping to 1000psi, with allowable loss of 150psi per minute for 2 minutes. Test remote pull stations for proper operation. Test CO2 time delay, pressure switch, and siren using 20# CO2 test cylinders as required. Test all shutdown devices. 3.5.1 Provide documentation that showing that fire suppression system meets the requirements of 46 CFR. 3.6 Provide As-Built Drawings. Contractor will provide as built drawings showing location of all fixed fire suppression cylinders, controls, pull stations, discharge piping and heat activated devices. As-built drawings should include appropriate legends and instructions for manual operation. 4. GOVERNMENT FURNISHED MATERIAL (GFM) None 5. QUALITY ASSURANCE 5.1 The contractor shall adhere to the guidance of the performance-based quality assurance surveillance plan (QASP). This plan sets forth procedures and guidelines that the USACE will use in evaluating the technical and safety performance of the Contractor. There will be 100% inspection by the COR/Lead Technician on all QC documents. All work will be documented by the Project Manager prior to payment. Additional requirements are outlined in this PWS that require on-site visual inspections by the COR or other delegated Corps representative during testing through repair processes including successful completion of the work items. 5.2 Ensure system is complete and ready for use. 5.3 Provide copy of certification to COR. 6. NOTES Work specification was written based upon inspection report provided by vendor qualified to inspect fixed fire suppression systems to the standards of 46 CFR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-T-0005/listing.html)
 
Place of Performance
Address: Virginia, United States
 
Record
SN04502094-W 20170511/170509235755-51982c0a2d61aaa448db4a0ae98b7bb4 (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.