Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
MODIFICATION

20 -- 0049SHIP OVERHAUL S/V HR SPIES - Amendment 1

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-R-0049
 
Archive Date
10/1/2018
 
Point of Contact
Gibao E. Kani-Goba, Phone: 2156566773, Cherita Williams, Phone: 2156566775
 
E-Mail Address
Gibao.E.Kani-Goba@usace.army.mil, cherita.l.williams@usace.army.mil
(Gibao.E.Kani-Goba@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amended Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and Part 12, as supplemented with additional information included in this notice, including DFARS Subpart 217-71. This announcement constitutes the only solicitation; proposals are being requested and a formal written solicitation will be included as part of this submission. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. It is the offeror's responsibility to monitor the FedBizOpps (fbo.gov) website for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments, as applicable. The Solicitation Number for this acquisition is W912BU-18-R-0049 and a separate attachment (SF1449) and supporting documentation is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 effective 6 November 2017. Clauses and Provisions are available online at HTTP://farsite.hill.af.mil. This requirement is a 100% Small Business Set-Aside under NAICS 336611, Ship Building and Repair, size standard is 1,250 employees. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Mastership Agreement for dry dock and repair to the vessel HR SPIES in accordance with (IAW) the scope of work. IAW DFARS 217.7102, the government intends to enter into a Master Agreement for Repair and Alteration of Vessels. The offeror MUST meet the specifications and requirements listed in the solicitation. Drawings, equipment or materials to be furnished by the Government will be specifically listed in the appropriate contract line item. Unless specifically listed, the contractor shall assume no drawings, equipment or materials will be furnished by the Government and shall bid accordingly. TP TECHNICAL PROVISIONS TP 2 DEFINITIONS The following definitions are applicable to phrases and acronyms used throughout this contract: • Contracting Officer (KO) A person with authority to enter into, administer, and/or terminate contracts and make related determinations and findings. • Contracting Officer's Representative (COR) A member of the Philadelphia District contract management and quality assurance team authorized by the Contracting Officer to perform administrative and managerial duties. A copy of the COR's authority letter will be furnished to the Contractor at the time of award. • Government Technical Representative (GTR) - A member of the Philadelphia District Operations Division, Physical Support Branch authorized by the Contracting Officer to perform administrative and managerial duties. • Government Furnished Equipment (GFE) Equipment, materials, parts, supplies, or components furnished by the Government to the contractor for installation on the vessel. • USACE Acronym for the U.S. Army Corps of Engineers. • PSBr - Acronym for the Physical Support Branch of the Philadelphia District Corps of Engineers. • QC - Quality Control. Quality Control is a function of the contractor. • QA - Quality Assurance. Quality Assurance is a function of the Government. • ABS Acronym for the American Bureau of Shipping • USCG Acronym for the U.S. Coast Guard. • CFR Acronym for the Code of Federal Regulations. • ANSI Acronym for American National Standards Institute • OSHA Acronym for Occupational Safety and Health Administration • NFPA Acronym for National Fire Protection Association TP-3 STANDARDS All design, engineering, modifications and repairs to the vessel shall be performed in accordance with the criteria set forth in the latest issues of the following standards: • U.S. Army Corps of Engineers, Publication No. EM 385-1-1, "Safety and Health Requirements Manual." Dated 15 September 2008. • 46 CFR Subchapter T - "Rules and Regulations for Small Passenger Vessels (Under 100 Gross Tons)" [46 CFR 175 - 185]. • 46 CFR Subchapter S - "Subdivision and Stability Regulations" [46 CFR 170 - 171]. • United States Public Health Service (USPHS), Publication No. 393 "Handbook on Sanitation of Vessel Construction". • USCG, Navigation Rules - Inland/International. • Institute of Electrical and Electronic Engineers Standards, Publication No. IEEE-45 - Recommended Practice for Electrical Installation on Shipboard. • Illuminating Engineering Society, "Recommended Practice for Marine Lighting." • National Electric Code (NEC). Note that these standards apply only to the engineering, design and workmanship performed by the contractor as part of this contract including removals, accesses and other work performed by the contractor incidental to the work required by the contract. TP-4 CERTIFICATION AND CLASSIFICATION The vessel is not certificated by the USCG. The vessel is not classed by the ABS. It is not intended as part of this contract that any classification or certification be achieved. TP 5 INSPECTIONS, TESTING AND TRIALS The contractor shall perform tests, trials and other operational performance demonstrations as necessary to validate that the work specified in this contract was completed in accordance with the requirements, and functions as it was intended to. The contractor shall provide reasonable advance notice (not less than 1 full working day) to the COR/GTR prior to any testing or trials. If the COR/GTR, after having received such notification, is not present at the designated time and place for the inspection or test, the contractor shall proceed with the inspection or test. Untimely notification will result in postponement or repetition of the test. Lack of notification will require retesting. All delays caused by improper notification are the responsibility of, and to the account of, the contractor. The contractor shall furnish a competent and authorized individual to witness and document the results of all inspections or tests. TP 6 WORKMANSHIP AND CONSTRUCTION STANDARDS A GENERAL REQUIREMENTS FOR ACCESS After careful planning and subject to the approval of the COR/GTR, the Contractor may cut and/or remove plating or framing members from the vessel for access to machinery, piping, wiring and equipment. Under the same conditions, the Contractor may also remove piping, wiring, fixtures, fittings, etc., for access and clearance to perform required work. At the completion of required work, all removals shall be replaced. Replacement shall consist of returning the removed equipment, piping, wiring, structural members and plating to their original locations and reinstallation. Where parts, components or equipment are damaged as a result of the removals, the contractor shall replace them in kind. Installations shall be in accordance with the original construction drawings or the referenced standards (Refer to TP-3). Fit and finish shall be restored and damaged paint shall be renewed. All removed equipment shall be tested as part of the Tests and Trials required in Section E of this contract. Any removals for access shall be temporarily supported if lack of such support could cause failure or damage to adjacent systems, distortion of adjacent framing or plating, or result in a safety hazard. B GENERAL REQUIREMENTS FOR HULL WORK All new hull plating shall be fabricated from marine grade aluminum plate. All plating & shapes on the vessel are constructed of 5086 aluminum except those that are friction welded, which are constructed of 6061 aluminum. Due regard shall be paid to details in both the design and construction of all new and/or modified structures, to prevent structural discontinuities and other stress concentrations. Where openings must be provided in the structure, adequate compensation shall be provided by the contractor. Watertight integrity of all bulkheads and decks shall be maintained. Openings created by permanent removal or addition of piping, wiring or other materials shall be closed by means of watertight penetrations or insert plates of equal thickness flush welded to the bulkheads. All welds shall be ground flush and smooth. Sections of stiffeners, beams, girders, etc., shall be welded to the bulkheads to maintain continuity of structure. Openings cut into decks and bulkheads shall be adequately compensated by bounding bar to maintain original strength. All watertight, oil tight and weather tight work shall be tested for tightness prior to painting. Testing procedures, other than hydrostatic testing, shall be submitted to the COR/GTR for approval. Submittals shall include complete particulars on the testing procedure(s) proposed and, if air testing is used, the method of controlling the air pressure. Water used for testing shall be potable quality to prevent contamination of the compartments and piping. C GENERAL REQUIREMENTS FOR FOUNDATIONS AND SUPPORTS Suitable foundations shall be provided under all new units of machinery. Foundations shall be built up of plates and structural shapes to the dimensions required for satisfactory support, and shall assure rigidity, freedom from vibration and designed for secure containment of the equipment in event of crash stops. Where dripping water or oil can be expected, the top plates of foundations shall project beyond the edges of the bed plates or bases of units being supported and formed into spill containment/drip pans. Flat bars welded around the edges of the top plates may be used to retain any leakage. Valved drains shall be provided at the ends or corners of the pans to facilitate fluid removal or recovery. Foundations shall extend beyond the equipment fore and aft or transversely to distribute the load and to avoid excessive weight concentrations. Doublers, insert plates, girders, headers and stanchions shall be fitted and under deck framing shall be reinforced to support units mounted on deck. D GENERAL REQUIREMENTS FOR MATERIALS All materials provided by the contractor shall be suitable for marine applications and shall be subject to approval of the COR/GTR. All new hull plate or hull framing members shall be aluminum alloy. All plating & shapes on the vessel are constructed of 5086 aluminum except those that are friction welded, which are constructed of 6061 aluminum. Fasteners shall be AISI type 304 or 316 stainless steel. All fasteners shall be installed using non metallic gasket material when placed against an aluminum surface. E GENERAL REQUIREMENTS FOR PIPING All piping required in these specifications shall be designed and installed to obtain optimum operating conditions, and shall be compatible with the machinery or equipment serviced. All piping, valves and fittings shall comply with material specifications of the design standards for that particular service. Piping shall be run as directly as practical. Piping shall include valves, unions and fittings. Unions and flanges shall be provided to facilitate installation and subsequent removal. Flexible connections to machinery components shall be provided where vibration may be anticipated. Piping shall not pass over switchboards and be kept clear of switchgear, wiring, etc. All work shall be templated from the vessel. Piping shall be secured by supports and hangers so as to avoid excessive strains; avoid the weight of the piping being transmitted to valves and fittings; minimize the effects of vibration, shock, pitching and rolling of the vessel; and permit proper thermal expansion and contraction. Provision may be made for expansion and contraction by changes in direction of pipe runs or by use of expansion bends, joints, loops or offsets. Exhaust piping shall be welded for all sizes. All burrs shall be removed from the ends of all piping after any cutting or threading. Pipe ends shall be dressed with a reamer before installation. Valve type shall be consistent with the service. All valve materials shall be stainless steel. An aluminum label plate shall be attached to the hand wheel of all new valves to indicate its function. Where pipes are carried through watertight bulkheads, decks or tank tops, the watertight integrity of the structure shall be maintained. Heat sensitive materials shall not be used in piping systems which penetrate watertight subdivisions. All fastenings used to connect valves to shell connections shall be of stainless steel. Where dissimilar metals occur, the contractor shall insulate to prevent electrolytic action. F GENERAL REQUIREMENTS FOR MACHINERY SYSTEMS Where new machinery and equipment is to be installed, or when existing machinery and equipment is relocated, the contractor shall mount the items on foundations as specified elsewhere herein. All fastenings, bolts, (fitted or otherwise) studs, nuts, washers, gaskets, etc., shall be installed using anti seize compound furnished by the contractor unless otherwise specified. Any defective or missing fasteners shall be renewed at Contractor's own expense. Where detailed disassembly, assembly, or installation procedures appear in this specification, they are presented for the contractor's information and convenience in estimating the possible extent of the work to be done. The inclusion of these detailed procedures does not relieve the contractor of responsibility for doing all work necessary and in the proper manner for satisfactorily accomplishing the specified ultimate objective. G GENERAL REQUIREMENTS FOR ELECTRICAL SYSTEMS All electrical installations as set forth elsewhere in these specifications shall be in compliance with the referenced rules, regulations and standards, especially with regard to ambient and working temperature requirements. Electric cable shall be capable of handling the required amperage. Electrical installations shall be such so as to eliminate the possibility of mechanical injury or damage from the accumulation of dust, oil, vapors, steam, dripping liquids, etc. New cable runs shall be supported at intervals of not more than 18" apart where vertical and 14" apart where horizontal. Straps, hangers, and standoffs shall be aluminum with aluminum fasteners. Plastic type straps are permitted only behind sheathing/paneling. No cable runs will be permitted below the deck plates, except for bilge pump wiring. Cable penetrations, where required to be watertight, shall have approved kick plates, stuffing tubes, etc. All electrical supplies and/or installations to meet CFR 46, Subchapters J and T, as well as all applicable NEMA, NEC and ANSI standards. H GENERAL REQUIREMENTS FOR HOT WORK Prior to any hot work commencing in any compartment, the compartment shall be pumped dry, cleaned, gas freed and made safe for entry and hot work in accordance with 29 CFR 1915, Occupational Safety and Health Standards for Shipyard Employment, and other applicable standards. The COR/GTR shall be furnished a Marine Chemist certificate stating that each compartment gas freed by the contractor has been tested by an approved certified Marine Chemist and that the space is safe for hot work. All spaces that have been certified by a Marine Chemist as safe for hot work, shall be checked daily by a competent person to ensure there continued state of being safe for hot work. A log containing the original Marine Chemist certificate and Daily checklist shall be kept at the gangway so that all who need to enter the space will have easy access to the knowledge of their current conditions. The contractor shall provide and maintain proper ventilation of spaces in which hot work is required or men are required to enter. Disposal of material accumulated during gas freeing work shall be the responsibility of the contractor and shall be in accordance with all federal, state and local laws and all costs are to be included in the respective line item. The contractor shall post and maintain a fire watch whenever any hot work is being performed. If work is being performed on a bulkhead, a fire watch shall be posted on both sides of the bulkhead and/or deck. I GENERAL REQUIREMENTS FOR WELDING All welding under this contract shall be done only by welders who have successfully passed the qualifications test of the ABS, the U.S. Navy or the USCG for aluminum welding. The contractor shall bear the expense of conducting these tests, and shall certify by name to the COR/GTR those welders who have successfully passed the prescribed tests. The contractor shall require any welder to repeat these tests when, in the opinion of the COR/GTR or his appointed representative, the work of the welder indicates a reasonable doubt of his efficiency. In such cases the welder shall be recertified as above. The electrodes used throughout the work shall be suitable for use with the parent metal at each weld. Electrodes shall be received on the job in unbroken packages bearing the manufacturers' label or be otherwise marked. Certified statements shall accompany each shipment of electrodes to the effect that sample pieces, representative of each kind and size in each shipment, have satisfactorily passed the tests required by the ABS, the USCG, and/or the U.S. Navy for aluminum welding. Welding in this contract shall be done using the MIG process. All welding shall be smooth, tight and free from undercuts, porosity, craters and gas inclusions. Shell and deck butts and flush seams shall be back chipped or gouged to sound metal from the closing side before welding. All sharp and/or rough edges shall be ground smooth and all weld spatter shall be removed. All welds for temporary dogs used during modifications are to be ground smooth. Assembly of all welded joints before welding shall be such as to secure proper gaps in butt welds and metal contact in fillet welds. Welding shall not be used to close openings larger than stipulated for each plate thickness by the ABS. All watertight seal welds shall be of "bead" type; no "weave" welding will be permitted. Welding procedures, as to direction, length and number and sequence beads shall be carefully planned to minimize distortion and locked in stresses. J GENERAL REQUIREMENTS FOR WORKMANSHIP All parts of the work intended to join or bear upon others shall be cut or trimmed to fit neatly. All faying surfaces shall be clean and smooth before bolting up. Shims or liners shall not be used for the purpose of overcoming a bad fit. Lightening holes may be punched, sawn or sheared and all burrs and cutting slag shall be removed. Weld spatter shall be removed from all plating and stiffeners. All mounting holes shall be drilled and reamed. Holes in members having sharp curvature shall be avoided whenever possible. All frames and longitudinals shall have limber holes and/or snipes of adequate size to allow water to flow to the lowest point of each compartment and to allow air to escape. All joints or areas of connection between aluminum and dissimilar metals shall be properly insulated by gasket material. All fastenings used for connecting aluminum shall be made of AISI type 304 or type 316 series stainless steel. All labor shall be specifically skilled for each kind of work, thorough, first class in every respect and under competent direction. Where work of one trade joins, passes through or is on other work, there shall be no discrepancy or misfit when completed. In engaging one kind of work with another, marring or damaging of previously acceptable construction shall be cause for rejection. K GENERAL REQUIREMENTS FOR PAINTING The contractor shall seal off all ventilation, antennas, engine room, exhaust, tank and fan vents or openings, and all other intake or exhaust venting/piping and cover all zinc anodes, transducers, windows, propellers, propeller shafts, shaft bearings, rudders stocks, and other fixtures that could be damaged or introduce contamination into the vessel from the high pressure water washing, sandblasting, or painting. This protection shall be checked and maintained daily during performance of any blasting and painting operations. All areas contaminated with grease, oil, lubricants or other foreign matter shall be cleaned with a solvent similar to DEVOE Devprep #88, 788 T 000. Defective shell plate discovered during blasting shall be reported to the COR/GTR immediately. All paints shall be from a single manufacturer and the paint system shall be applied in strict accordance with that manufacturer's guidelines and recommendations, including time between coats, proper application equipment, thinning and disposal of excess paint and thinner and cleaning of equipment. All painting underwater surfaces shall be completed and accepted by the COR/GTR prior to refloating the vessel. The contractor shall furnish the COR/GTR with a thickness gauge suitable for use on aluminum to verify proper wet/dry film thickness. All paints used in the performance of this work shall be within the manufacturer's specified closed container and "pot" shelf life. All overspray of any new paint onto existing finished surfaces shall be removed and all surface repaired to original condition. Colors shall conform to Federal Standard 595, in accordance with the following schedule: AREA COLOR AND FS595 NUMBER *Hull Exterior Black/17038 *Deckhouse Exterior Old Ivory/13695 *Decks & Housetop Deck Red/10076 *Hull & Deckhouse Interior White/27880 *Deck Fittings Yellow/13655 Hull Markings Black/17038 *Exterior Deck Coaming Striping Red/11136 *Handrails & Stair Rails Black/17038 Antifouling 1st Coat Manufacturer Contrasting Color Antifouling 2nd Coat Manufacturer's Black L GENERAL REQUIREMENTS FOR DISPOSAL OF FLUIDS All fluids, including, but not limited to, diesel fuel, lubricating oil, hydraulic fluid, antifreeze/coolant, bilge wastes, battery acid, penetrating and cutting oils, dye penetrants, and paint thinners removed from the vessel or generated by the contractor in the course of performing the required work shall be disposed of by the contractor in accordance with all Federal, State, Regional and Local laws, rules, regulations, and guidelines for the disposal of hazardous materials, this to include and fluids that shall be drained from equipment removed from the vessel for disposal or other disposition. All associated costs shall be included in the line item. This also applies to any rags, clothing, equipment or other materials exposed or contaminated with such fluids. M GENERAL REQUIREMENTS FOR CONFINED SPACES The contractor shall comply with all requirements of Federal Law contained in 29 CFR 1910 and 29 CFR 1915 for entry into, monitoring of, rescue from and closure of confined spaces during the performance of the repair work performed as a part of this contract. The contractor shall have a competent person on site whenever any work is being performed in a confined space and shall post required certificates in the immediate vicinity of the confined space and maintain a log of all inspections and certificates. N GENERAL REQUIREMENTS FOR SAFETY The contractor shall comply with the requirements of EM 385 1 1, "U.S. Army Corps of Engineers Safety and Health Requirements Manual" throughout the contract period. It can be found online at http://www.usace.army.mil/publications/eng-manuals/em385-1-1/toc.htm The contractor shall maintain Safety, Fire, and Security programs as required by Section H of this contract throughout the contract period. PART I - SECTION C DESCRIPTION/SPECIFICATIONS/WORK STATEMENT H HULL SECTION ITEMS H-101 DRYDOCKING References: T20W163-850-002 S/V H. R. SPIES Docking Diagram 1. Intent The Intent of this line item is to remove the S/V H.R. SPIES from the water and keep the vessel in a ‘drydocked' state, as necessary, until all of the work is completed and then return the vessel to the water. 2. Description of Work Provide all labor, services and materials and perform the work required in this line item. Provide a certified crane, or a certified travel lift, etc. along with the qualified personnel and necessary equipment to haul the vessel out of the water and safely place it in a suitable cradle or on the requisite jack stands and blocks, that will allow for the underwater work to be completed. The S/V H.R. SPIES has the following principal dimensions: Overall Length: 68 feet - 6 inches Overall Beam: 25 feet - 10 inches Draft: 4 feet - 8 inches Maximum Vessel Weight: 92,000 pounds Vessel is constructed of aluminum. Provide and set blocks to support and distribute the weight of the vessel while out of water and to prevent movement of vessel, in accordance with Docking Diagram Drawing. Blocks should provide for a minimum of 36-inches clearance under the hull. Haul the vessel out of water and set on the blocks. Participate in the joint docking inspection. Immediately after drydocking the vessel, and before the hull and any marine growth has had a chance to dry, the entire hull from the keel to 6" above the deep load line shall receive a fresh water high pressure wash at no less than 5000 psi. Adjust the blocking for the washing, blasting and application of the paint system specified in Line Item H-202 of this contract. The Contractor shall fleet the vessel to ensure full hull coverage of the properly applied paint system. Upon completion of all underwater related repairs and following the joint undocking inspection, return the vessel to the water. All lay days, demurrage and other dock costs, including the costs of weekends and holidays, necessary to perform the repair work listed in this contract shall be included in the cost of this Line Item. Estimate on 30 calendar days for dry-docking. H-102 UTILITIES AND SERVICES (UNIT PRICE) 1. Intent The contractor shall provide all labor, materials, and equipment and provide, adjust and maintain the drydock and pierside utilities and services specified in this line item for the duration of the contract. 2. Description of Work Services shall be connected and operating within 2 hours after arrival of the vessel at the contractor's facility and shall continue until the vessel is accepted by the Contracting Officer's Representative (COR)/Government Technical Representative (GTR). Payment shall be made only for the actual number of days the vessel remains and utilizes services at the contractor's facility. Unit price shall cover all costs incidental to and charged direct to the job, and not otherwise included as overhead. Services and utilities shall consist of the following: SHORE POWER: Provide necessary labor to connect, maintain and disconnect shore power service for initial hook-up, re-blocking and moving vessel to pierside. Provide electrical service for the duration of the repair period. Shore power service to be 50 amps (minimum), 240 VAC, 60 Hz, single phase. The vessel contains a number of components and systems that are sensitive to voltage fluctuations. The contractor shall be responsible for removal, repair or replacement, reinstallation and testing of electrical equipment which fails while the ship is in the contractor's possession due to voltage surge or fluctuation. The vessel shall be grounded to earth via a grounding conductor when operating on shore power. Ensure the vessel is galvanically isolated from the shore (earth), using a galvanic isolator or an isolation transformer. Application and installation of this device shall be in accordance with ABYC E-8.20. TRASH REMOVAL: Provide receptacles, equipment and labor to collect and remove garbage and trash from the vessel. The trash bins shall be located near the gangway. CRANE SERVICE: Provide all forklift/crane service, labor and rigging equipment for moving supplies, provisions, spare parts, liferaft, and equipment on and off the vessel, and to and from a locked storage area. All other forklift/crane service directly related to repair work listed in this contract shall be included in the cost of that Work Item. GANGWAY: Provide a gangway or ladder for access to and from the vessel. Install (on opposite side of vessel from gangway) and maintain a separate gangway or ladder from the main deck to ground for emergency egress during the drydocking period. Estimate on 30 calendar days. Price per day. H-200 SURFACE PREPARATION, INSPECTION AND AUDIOGAGING References: Dwg: Typical Hull Construction Extrusions Dwg: Hull Construction CL & DHCL Longsections Dwg: Hull Construction ER & Laz Longsections & Plan Dwg: Hull Construction Stringers & Plating Plan 1. Intent The intent of this line item is to remove all of the loose paint from the underwater hull of the vessel and inspect the condition of all of the aluminum. This inspection shall consist of both a visual inspection and audiogauging the vessel's hull in order to compare results with original thickness at time of construction. The Government requires the Contractor to provide the services of the proper Paint Representative (a certified representative for the particular manufacturer of the paint system used), for the duration of the paint work and shall require them to be on site for critical evaluations and procedures as specified in these specifications. 2. Description of Work A. SURFACE PREPARATION, INSPECTION Immediately after drydocking the vessel, and before the hull and any marine growth has had a chance to dry, the entire hull from the keel to 6" above the deep load line shall receive a high pressure wash. The high pressure wash shall be performed with fresh water only and shall be no less than 5000 psi. All washing to be performed shall be done to prevent the spread of water to the upper portion of the vessel and into any interior spaces. Any areas contaminated with grease, oil, dirt, rubber streaks or other foreign matter shall be cleaned with DEVOE "Dev-prep # 88", 788 T-000 and washed clear with the high pressure wash. After the Vessel hull is dried and within 24 hours after drydocking the vessel. A joint inspection shall be conducted with the COR/GTR, the Contractor and the proper Paint Representative. The entire hull from the keel to the rub rail shall be surveyed. All areas where the anticorrosive system (primers) have been disturbed or removed shall be identified and clearly marked. A written condition report with recommendations shall be submitted by the contractor to the COR/GTR within 24 hours after performing the joint inspection. The report shall include a summary of the hull's condition, including an estimate of the total square-footage of the hull that requires renewal of the anticorrosive system. All of the manufacturers and USACE preparation and environmental conditions must be met prior to beginning any operation. Surface temperature, humidity, wind conditions, dew point and wet-bulb readings shall be checked and recorded at least twice daily. B. AUDIOGAUGING The contractor shall provide the services of a testing firm to take audio gauge readings on the hull from the waterline to the keel and bow to stern. The audio gauging is to be done by ultrasonic testing or any other non destructive testing methods. The contractor shall provide the COR/GTR with a sketch showing the audio gauge readings in relation to their position on the hull of the vessel. The readings should be taken in a one-(1) foot square grid pattern. These readings will then be compared to the baseline readings, (original construction - May 2017). A more concentrated density of readings should be taken in areas that appear to show wastage of approximately 20%. Holes and areas showing 25% or more wastage from original thickness shall be highlighted. H-201 HULL ANODE REPLACEMENT 1. Intent The intent of this line item is to inspect and/or replace all of the vessels Bolted Hull Anodes. The vessel has a total of eight -(8) 12" x 6" hull anodes (CMDIVERA Aluminum), two-(2) spherical 3-1/2" shaft anodes (CMX15AL Aluminum) and two-(2) square collar 3-1/2" shaft anodes (CMC14A Aluminum). Four-(4) additional 12" x 6" hull anodes (CMDIVERA Aluminum) will be added to the hull. Two-(2) will be added to the stern and two-(2) will be added to the inboard hulls. The exact locations will be directed by the Vessel Operator or the COR. 2. Description of Work The contractor shall provide all labor, materials and equipment and accomplish the following: Perform joint inspection of all hull and shaft anodes with the COR/GTR. Procure and replace all bolted anodes as directed by the COR/GTR. Install studs and mount four-(4) new hull anodes. All new anodes shall be the same size and material and type as the original. Square Collar 3-1/2" Shaft Anodes may need to be trimmed to fit in their present location due to the increased size of the new Propeller's Hubs. Coordinate installation of anodes with Line Item H-202, Hull Painting. H-202 HULL PAINTING 1. Intent The vessel is currently only painted from the keel to 6" above the deep load line. After completion of high pressure washing and following joint inspection, determination will be made as to whether or not the underwater hull will be blasted to bare metal or spot coated in areas where the paint no longer exists. The entire underwater hull from the keel to 6" above the deep load line's paint coating system shall be restored or renewed with two final coats of E Paint SN-1 (Black) applied to the entire area, 4 mils dry, each coat. 2. Description of Work The contractor shall furnish all necessary labor, materials, services and equipment and high pressure wash the underwater hull of the Survey Vessel H.R. SPIES in accordance with the following specifications. It is intended to inspect the condition of the existing paint coating system and then determine whether to remove all paint, or touch up the any areas that are bare, prior to application of a new paint coating system in its entirety or spot coats and application of two final coats of E Paint SN-1 (Black). The only painting will be on the underwater hull, from the keel to 6" above the deep load line. All of the manufacturers and USACE preparation and environmental conditions must be met prior to beginning any operation. Surface temperature, humidity, wind conditions, dew point and wet-bulb readings shall be checked and recorded at least twice daily. A. BLASTING (If Directed) The vessel's entire painted exterior, i.e. the keel to 6" above the deep load line shall be blasted to bare aluminum. Paint Representative shall provide the proper profile requirement and ensure that the Contractor meets this requirement. All blasting shall be done from above with the nozzles pointed down toward the floor of dock to prevent the spread of sand or shot to the upper portion of the vessel and into the quarters and machinery spaces. Great care shall be taken to prevent damage from blasting to all deckhouse, shafting, propellers, rub rails and all other items that could conceivably be damaged due to the blasting process. The Contractor shall be responsible for any damage done to vessel components as a result of improper protection and process procedures. Sand and dust on decks resulting from sand or shot blasting shall be removed from the vessel daily by broom sweeping. This shall be in accordance with Technical Provisions section TP-6 (K). As an option, hydro blasting, at a minimum of 30,000 psi, may be used in lieu of sand blasting. Artificial illumination shall be used on any area specified to be cleaned and painted, which cannot be clearly seen with eyes of normal vision at any time the work is being performed. This work shall be coordinated in writing in advance with the COR/GTR. B. PAINTING (Keel to 6" above Deep Load Line) The hull from the keel to 6" above the deep load line shall be prepared and painted in accordance with the following specifications. If blasted the following applies to the entire area. If spot coated the following applies to all areas found to need the full painting system restored and the final two coatings applies to the entire area. A hard, smooth foul release coating, similar to E Paint SN-1 (Black), shall be provided on hulls and foils, up to 6 inches above the full load waterline. This coating shall be applied as the final two coatings and should be at least 4 mils dry, each coating. This application must be applied over the recommended Primer coats (EP Epoxy Primer 1000) and shall be applied within the required overcoating interval. All atmospheric condition requirements, such as Temperature and Relative Humidity for application, shall be strictly adhered to. Two final coats of E Paint SN-1 (Black), or similar, shall be applied within the required overcoating interval after final application of primer. These coatings shall be applied with a minimum thickness of at least 4 mils dry per coating. All atmospheric condition requirements, such as Temperature and Relative Humidity for application, shall be strictly adhered to. The primer, similar to EP Epoxy Primer 1000 shall be applied in two-(2) contrasting coats after final surface preparation has been achieved in accordance with Manufacturer's recommendations. Each application of this coating shall be applied with a minimum thickness of at least 4 mils. All atmospheric condition requirements, such as Temperature and Relative Humidity for application, shall be strictly adhered to. C. Draft Marks Draft marks at bow, stern and in surveying strut well shall be repainted. Draft marks are to be painted white, using one coat of E Paint SN-1 (White), in four-(4) inch block numbers. H-203 RENEWAL OF DEFECTIVE ALUMINUM (IF DIRECTED) References: Dwg: Typical Hull Construction Extrusions Dwg: Hull Construction CL & DHCL Longsections Dwg: Hull Construction ER & Laz Longsections & Plan Dwg: Hull Construction Stringers & Plating Plan 1. Intent The intent of this line item is to have aluminum shapes and plates replaced or installed on various portions of the vessel, if found to be needed based on results of audiogauging. 2. Description of Work The following aluminum shape and plate replacements shall be quoted. Replacement under (A) and (B) below shall be made wherever found necessary, including shell plate, keel plate, deck plate, internal stiffeners. Small and large quantities of aluminum may be required for repairs. All new aluminum shall be sand or shot blasted in the shop prior to installation. All aluminum shall be contractor-furnished and shall be bid to include all services necessary for removal of the existing, preparation of surrounding aluminum and new aluminum for installation, and the installation of the aluminum itself. Services include but are not limited to: burning, gouging, welding, rigging and forklift/crane services, preparation and painting, ship fitting, fire watch, lighting, ventilation, etc. A. Shapes Bidders shall quote a unit price per pound in place for replacement of defective aluminum shapes throughout the vessel as found during the course of repairs. All shape replacement shall duplicate original construction. Estimate on 20 pounds of aluminum shapes in place. B. Plate Bidders shall quote a unit price per square foot in place for replacement of worn or defective plates wherever found and determined to be required, as follows: (1) 1/4-inch plate Estimate on 20 square feet. (2) 5/32-inch plate Estimate on 20 square feet. All plate replacement shall duplicate original construction and be tested tight as required. Hull plating replacement in way of tanks shall be hydrostatically tested or air tested in accordance with ABS standards. Defective aluminum shall be cropped out to fair aluminum and new plate installed flush. Any fastenings in way of replacement aluminum shall be replaced as required. Shell plate replaced in way of fuel oil tanks will require gas-freeing of tank prior to burning or welding. All gas-freeing of fuel oil tanks shall be performed in accordance with the Technical Provisions and shall be covered under a separate Line Item or contract modification. H-208 FABRICATE AND INSTALL STORAGE SHELVING IN ENGINE ROOMS 1. Intent The intent of this line item is to fabricate and install shelving units in both Port & Starboard Engine Rooms, in the same locations, primarily to accommodate 5 gallon buckets. 2. Description of Work Shelving units shall be constructed of ¼" aluminum. Shelves will be templated from existing ship's structure and welded in place in two pieces, on top of the third longitudinal above the engine room deck, from forward bulkhead to box tube support. This will provide a shelf space of approximately 40" x 16" forward of transverse stiffener and 15" x 16" aft of this stiffener. The front of the shelves shall have a ½" lip, turned up for containment. Aluminum hardware or fabricated padeyes shall be installed on box beam support, transverse stiffener and forward bulkhead so that bungee cords or straps can be used to hold 5 gallon buckets in place. H-232 MISCELLANEOUS DECK DEPARTMENT ITEMS 1. Intent The intent of this line item is to have various Deck Department items addressed. The following items comprise the intent of H-232: Install a Fog Signal/Hailer with two-(2) Talk Back Speakers Install an Inclined Ladder from the Bridge Deck to the Main Deck Install Stern Flag Pole Install Ship's Bell 2. Description of Work The following details the work to be performed for each item. Fog Signal/Hailer Government Furnished Equipment: Furuno LH5000 Loud Hailer 2 PA Loud Hailer speakers, NewMar PA - 40/30 (with talk back capability) Contractor to install the base unit at the Operators console and make all electrical connections to 12VDC Panel located on Bridge. Contractor shall install one Talk back speaker on the Fantail, under the aft visor, and the second Talk back speaker forward, under the Bridge canopy, exact location to be determined by the Vessel Operator or COR. All electrical connections shall be made from the Talk back speakers to the base station. Contractor shall demonstrate the proper operation of the system and test all of the features of the system to ensure its operability. Inclined Ladder Contractor shall procure and/or fabricate and install an Aluminum 60 degree inclined ladder with handrails (similar to FS Industries 60 degree IBC design Welded Aluminum Ladder) from the Bridge deck to the Fantail on the Starboard side. Ladder shall be bolted to padeyes and fully capable of removal. The overall ladder height shall be approximately 8 feet. Installation shall be accomplished so as not to interfere with the Bridge deck Coaming and Deck Drain. The Bridge deck railing will need to be modified to suit the Ladder installation. Stern Flag Pole Contractor shall procure or fabricate a 1-1/2" aluminum flagpole, with suitable stop/ball at the top, approximately seven-(7) feet in height, and provide all necessary hardware to attach to the aft railing and to facilitate the attachment of two flags, with the capability of raising and lowering from the deck. Ship's Bell Contractor shall procure a 7" Brass, Ship's Bell and install on the bulkhead outside of the Bridge Deck Door. Care in installation shall guarantee that dissimilar metals do not contact each other after installation. The exact location shall be determined by the Vessel Operator or the COR. H-252 FABRICATE NEW RUDDER Dwg: Rudder Construction 1. Intent It is the intent of this specification to fabricate a new rudder to be delivered to the Government for use as a spare. Under this Line Item it is also intended to replace the existing 12 Rudder bolts (6 per side) with GFM bolts, that meet the original bolt specifications. 2. Description of Work Government Furnished Equipment 12 - Bumax Stainless Socket Head Cap Screws & Associated Hardware Contractor shall fabricate new rudder in accordance with attached drawing. Contractor shall replace existing rudder bolts and hardware with new GFM rudder bolts and hardware, both Port & Starboard. Contractor shall torque the bolts to the values specified on the Rudder Construction Drawing. PART II - SECTION C DESCRIPTION/SPECIFICATIONS/WORK STATEMENT M MACHINERY SECTION ITEMS M-109 INSTALL FOUR-(4) PORT REVERSO OIL CHANGERS P & S Government Furnished Material Reverso Four-(4) Port Oil Changers, 12 VDC Qty: Two-(2) 1. Intent Contractor shall install two-(2), Government furnished, four-(4) port Reverso Oil Changers, one for each of the Port & Starboard Engine Rooms. The Oil Changers will be piped to facilitate the changing of oil in the Main Propulsion Engine, the Twin Disc Marine Gear and the Generator. 2. Description of Work Contractor shall install these units in both Engine Rooms, on the inboard bulkhead about mid-engine (as pictured above). Units shall be fed locally from sources of 12 VDC existing within the Engine Rooms. The Contractor shall run all wiring and perform all electrical installation and connections. Contractor shall install permanent flexible tubing to each oil drain plug to facilitate changing the oil. Contractor shall install a valve at each drain port that will allow the operator to line up the valves to complete the draining and the filling of oil in all three major pieces of equipment in both Engine Rooms. Contractor shall install a fourth line from the Reverso Unit, terminating in a valve and an additional three-(3) foot section of flexible hose/piping, at the forward end of the Main Propulsion Engine, for the purpose of allowing the Operator to empty the contents into a bucket and to fill the unit with new fluid. All piping/flexible tubing shall be run so as not to interfere with traversing the deck plates and shall be supported in accordance with industry standards. Upon completion, the Contractor shall demonstrate the proper operability of both units, to the satisfaction of the Vessel Operator and COR. M-110 REPAIR ENGINE EXHAUST SYSTEM LEAKS Government Furnished Material Complete Gardico 532T Engine Exhaust system Gasket sets Qty - 2 6" Marman Clamps Qty - 8 1. Intent It is the intent of this Line Item to disassemble the Main Propulsion Engines' Exhaust Systems, replace all gaskets and Marman clamps with Government Furnished Material and reassemble, reusing the insulating blankets. Slight exhaust leaking has been noted. There are approximately 6 joints/connections in each exhaust system. 2. Description of Work Contractor shall unwrap exhaust insulation and inspect all joints & seams of the existing exhaust system. The Contractor shall replace all gaskets with Government Furnished Gardico 532T gaskets at the unions and joints of the exhaust components. The gasket between the Turbocharger and the exhaust system is thicker than the remainder of the gaskets. All joints and seams shall be made gas-tight to the hull's interior. All 4 Marman clamps, on both Engine Exhaust Systems (Total of 8 clamps) shall be replaced with Government Furnished clamps. Contractor shall take great care in the proper installation of this style of clamp. It is the intent that the exhaust blankets are to be reused and reinstalled. If damage occurs to the exhaust blanket, the Contractor shall replace it in kind. All fittings, joints, clamps and supports of the exhaust system shall be accessible for inspection and repair. Exhaust system piping and components/supports shall be reinstalled to minimize the risk of failure due to vibration, shock, expansion and contraction. All supports, hangers, brackets or other fittings in contact with uncooled exhaust carriers shall be non-combustible, and constructed so that the temperatures transmitted to the supporting materials will not cause combustion. Protective guards, jacketing or covers shall be provided wherever persons or gear might come in contact with the exhaust system where temperature exceeds 200 degrees F. M-111 REMOVE & RECONFIGURE SHAFT SEAL COOLING SYSTEM 1. Intent It is the intent of this specification to remove the 12 VDC pumps that are currently installed to add cooling capacity to the Dripless Shaft Seals. 2. Description of work The Contractor shall remove both the Port & Starboard 12 VDC cooling pumps that are adjacent to the Dripless Shaft Seals and return to the Government for disposition. The Contractor shall rerun the existing line directly into the Dripless Shaft Seal connection if there is enough slack. The Contractor shall run new lines in their entirety in the event that there is not enough slack. M-901 MISCELLANEOUS MAINTENANCE (IF DIRECTED) A. Labor Provide the services of journeymen level mechanics, shipfitters, welders, inside and outside machinists, pipefitters, marine chemists, laggers & insulators, carpenters & joiners, electricians, laborers, burners, riggers, painters and all other shipyard trades to perform work to the ship's equipment for the entire duration of the repair period. Work items will be described in writing on a Government 2-Way Memo Form and shall be based on a joint survey with the contractor. Only the COR/GTR is authorized to issue 2-Way memos. Work items will be priced and agreed upon prior to the initiation of any work. See Section H - Special Contract Requirements, Paragraph H-11, entitled "Change Proposals", for requirements of 2-Way Memo submission. The contractor, in connection with any proposal he makes, or the Government requests for a change shall furnish a total, lump sum price together with a price breakdown itemized as required. Unless otherwise directed, the breakdown shall set forth separately the following: (a) Materials: Quantity computations and materials pricing (support by invoices or price quotes or define as estimated). (b) Labor: Provide manhours by trade as agreed upon by the Contracting Officer's Representative. (c) Equipment: Define equipment to be employed and hours used, both effective and noneffective. If equipment is part of an overall markup or labor costs, define as such. Provide rates used for equipment listed separately. (d) Subcontract Costs: Contractor shall submit vouchers of the subcontractor's costs unless waived by the Contracting Officer's Representative. (e) Miscellaneous: Any portions of the proposal for estimated costs for changes not covered in (a) to (e) above, shall be defined and set forth separately. ESTIMATE ON 100 LABOR HOURS. PRICE PER HOUR. The HOURLY RATE bid for this item shall include overhead, profit, general and administration costs, and any additional costs or premium time incurred for weekends and holidays including insurance. The Contractor shall have available at the yard where the work is performed, an ESTIMATOR (or other authorized person) to survey any work that may be found necessary. The estimator shall be made available the same day that the additional work is found (including weekends) and shall submit an estimate of the cost for the within 24 hours. B. Material NOTE: FOR BIDDING PURPOSES, material, services, and subcontractor costs involved in the maintenance and repair work performed shall be estimated on the basis of one-hundred percent (100%) of the total labor cost worked in paragraph (A)(1), above. EXAMPLE: The material, services and subcontractor costs for 100 labor hours at $40/hour shall be $4,000.00. Actual material and services costs will be paid on the basis of Contractor's purchase orders for required material. Copies of all purchase orders shall be furnished to the Contracting Officer's Representative. Estimate material and services price, as per paragraph (B), above. All profit shall be based on the OCE weighted Guideline Method. C. Burden Charges BURDEN CHARGES: The contractor shall insert in the space provided below and in Section B the percentage burden that will be charged when materials, subcontractor services, equipment rental and any other miscellaneous charge is activated under this Line item. This burden charge shall include profit, material handling, subcontractor handling, general and administrative charges, insurance, overhead and any other charges normally added onto these items. No other such charges or mark-ups will be allowed when activating work under this Line item. The percentage amount to be charged by the contractor for any materials, subcontractor services equipment rental, and any other miscellaneous charges that are activated under this Line item shall be annotated in Section B. This rate shall remain in effect for the entire dollar amount of the material, services and subcontractor costs bid in Section B. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611. This is a Sources Sought Notice and is for INFORMATION PURPOSES ONLY. Responses to this request will not be returned. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, DUNS number, years in business, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, 3) similar projects worked on over the past five (5) years and services performed on those projects. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ** EACH SUBMISSION SHOULD NOT EXCEED 5 PAGES TOTAL** The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. SECTION M EVALUATION FACTORS FOR AWARD Master Ship Agreement Potential bidders shall have an existing 'Master Ship Agreement' with the US Army Corps of Engineers, or shall be capable of entering into such agreement. Mileage Surcharge Evaluation Factor The S/V H.R. SPIES' current FY18 operating schedule has her operating in the Delaware River at multiple areas between Philadelphia, Pennsylvania and the Delaware Bay, prior to entry into and upon departure from the shipyard. 1.Purpose: To aide in the evaluation of whether the total cost/price of award is in the best interest of the Government a surcharge will be assessed to reflect the cost of delivering the vessel to the contractor, and returning the vessel to Chesapeake City, MD upon completion of the work listed herein. 2.Application: All Offerors will have their proposal surcharged (calculated after receipt of all proposals at $50 per nautical mile. The mileage will be based on U.S. Department of Commerce Publication "Distance between United States Ports", with an appropriate adjustment for the actual operating location. Based on the S/V H.R. SPIES's normally traveled waterway route (as determined by the Master of the vessel, facilities North and South of Philadelphia, Pennsylvania, shall have their bid surcharged on the round trip distance between the contractor's facility and Chesapeake City, MD. Any shipyard facility submitting a bid which deviates from the normally traveled waterway route shall have their bid surcharged accordingly. 3.Bids will only be accepted from facilities along the Atlantic Coast of the United States of America from New York, NY to Baltimore, MD. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Notice to potential contractors: All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov/portal/publi/SAM/#1. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at http://vip.vetbiz.gov. There will be Liquidated Damages associated with this procurement. Payment and Performance Bonding will not be required. FAR provisions and clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offeror is required to fill out and sign the SF1449 and return a signed copy along with their proposal by the closing date and time listed. All proposals shall be submitted electronically by (10:00 AM) EST on August 2, 2018 to Gibao E. Kani-Goba at Gibao.E.Kani-Goba@usace.army.mil. Offerors are encouraged to submit their proposal prior to the deadline listed above. If there are any amendments to this requirement, all amendments are required to be filled out, signed, and submitted with the attached SF1449 document by the closing date and time of the solicitation. For questions regarding this solicitation, the USACE points of contact are Gibao E. Kani-Goba or Cherita L. Williams. Please contact them electronically at Gibao.E.Kani-Goba@usace.army.mil or Cherita.L.Williams@usace.army.mil. All questions regarding scope of work are required to be submitted by August 2, 2018 at 10:00 AM EST. Submissions for questions and answers after this time and date will be at the discretion of the contracting officer. All contractors are required to be registered in the System for Award Management (SAM) database before award of a contract as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $150,000.00 are required by legislation to file an annual VETS-4212 "Federal Contractor Veterans' Employment Report" on their affirmative action efforts in employing veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets4212.htm. Period of performance is 30 calendar days after delivery of vessel to contractor's shipyard location. These dates are not flexible. All contract work shall be performed at a location to be determined in the future. Offerors are advised that bulk ammunition is NOT aboard the vessel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-0049/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05000777-W 20180722/180720230757-c08aa488e059493f5ffec58cbb07856a (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.