SOURCES SOUGHT
J -- Ultra High Pressure (UHP) Water Jet Blasting Services
- Notice Date
- 1/6/2021 3:18:57 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04021X60903Y00
- Response Due
- 2/5/2021 9:00:00 AM
- Archive Date
- 02/20/2021
- Point of Contact
- stephanie Andrew, Phone: (410) 762-6784
- E-Mail Address
-
stephanie.r.andrew@uscg.mil
(stephanie.r.andrew@uscg.mil)
- Description
- The U.S. Coast Guard Yard, Baltimore, MD, has a requirement for Ultra High Pressure (UHP) Water Jet Blasting Services.� Performance shall be required on various vessels scheduled for Yard Availabilities. The vessel lengths vary among 270' Medium Endurance Cutters, 225' Seagoing Buoy Tenders, 210' Medium Endurance Cutters, 175' Coastal Buoy Tender, 140' Ice Breakers, 110' and 87' Patrol Boats, 65' Tender/Barge and 75' Tender/Barge, and 327' USCGC Eagle. Performance shall take place on both dry-docked vessels and pier-side vessels. The place of performance shall be the U.S. Coast Guard Yard, Baltimore, MD 21226. The specific services required include, but are not limited to, the following: 1) Ultra-high pressure water jet blast vessel underwater body surfaces, including underwater hull appendages (rudders, shafts, rope guards, etc.).� Stay four inches away from the keel and side blocks while blasting so the existing coating can be feathered to provide a smooth transition with the new paint system. �2) Ultra-high pressure water jet blast vessel underwater hull surfaces including appendages to uniformly remove anti-fouling paint coatings and all loose rust and mill scale in preparation of underwater body surfaces. 3) Ultra-high pressure water jet blast freeboard surfaces to National Association of Corrosion Engineers International (NACE)/The Society for Protective Coatings (SSPC) Surface Preparation Standard WJ-2/L (Waterjet Cleaning of Metals�Very Thorough Cleaning, Light Flash Rusting). The exact definition of these surfaces shall be included with each work request, but typically refer to the area from the upper limit of the boot topping to the deck edge or top/outboard facing edges of rails and bulwarks. 4) Ultra-high pressure water jet blast superstructure surfaces to WJ-2/L. Superstructure surfaces may include complex shapes such as overheads, watertight doors, ladders, bulwarks, piping, etc. The superstructure can include stacks, masts and flag/jack staffs. The definitions of work required will be included with each work order. 5) Ultra-high pressure water jet blast the weather deck surfaces to WJ-2/L. Weather deck surfaces may include machinery foundations, bitts, chocks, hatches, stanchion sockets, vent pipes, and angle coaming areas.� 6) Ultra-high pressure water jet blast fiberglass coverings and coatings from propulsion shafts to WJ-2/L. 7) Ultra-high pressure water jet blast built-in tanks to WJ-2/L. 8) Ultra-high pressure water jet blast machinery space bilges to WJ-2/L. 9) Ultra-high pressure water jet blast non-machinery space bilges to WJ-2/L. 10) Ultra-high pressure water jet blast interior compartments, passageways, offices, sanitary areas, messing areas, workshops, etc. to WJ-2/L. This shall include bulkheads, overheads, stiffeners, foundations, and associated structural elements of each interior compartment.� 11) Ultra-high pressure water jet blast buoy surface areas and appendages to WJ-2/L. Buoy surface areas may include buoy bodies, towers, counter weights, etc. 12) Mechanically clean surfaces, using vacuum assisted tools and power tools, to achieve 100% paint or coating removal of defined areas. Surfaces not water blasted because of complex geometry or impracticality of using UHP water blasting shall be power and/or vacuum tool cleaned to a surface condition of The Society for Protective Coatings (SSPC) Preparation Standard SSPC-SP 11. These surfaces may include handrails, stanchions, undersides of angles, window frames, areas adjacent to hoses, piping, electronic or electrical equipment, port lights, etc. While blasting these areas, the blaster should stay approximately six inches away to avoid causing damage. There is an inherent difficulty in estimating the size of the area to be power tool cleaned. Because of this difficulty, each request for work on the superstructure and weather decks shall have 10% of the total surface considered for this task. (For example, if there is a request for water jet blasting 5,000 square feet of superstructure to a WJ-2/L condition, there will be a corresponding requirement to power tool clean 500 square feet). This task shall be performed in such manner that all debris generated by the work must be vacuumed, collected and disposed of by the Contractor. The Government anticipates making a single award for this effort.� This will be an IDIQ contract consisting of one (1) base year and four (4) one-year option periods.� If you are claiming Small Business status, appropriate documentation is required.� Please submit the following as it applies: a.��If claiming 8(a) status, provide a copy of your 8(1) Certification from SBA. b.��If claiming HUBZone status, provide a copy of your HUBZone Certification from SBA. c.��If claiming SDVOSB status, provide documentation that shows a Service Disabled Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours.� Documentation should also be provided to show that the SDV has a service-connected disability that has been validated by the Department of Defense, Department of Veteran Affairs.� Finally, provide documentation that shows the business is small under the NAICS code 336611. d.��If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. �The documentation should also show the business is small under the NAICS code 336611. e.��If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are �economically disadvantaged� and primarily managed by an economically disadvantaged woman, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours.� The documentation should also show the business is small under the NAICS code 336611.� A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the 3 years preceding the certification is less than $350,000 and the fair market value of all her assets is less than $6 million. f.��If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. ��The women must be U.S. Citizens.� The documentation should also show the business is small under the NAICS code 336611. g.��If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. Concerns having the expertise and required capabilities are invited to submit complete and current information discussing their capabilities/past performance within 30 calendar days from the date this notice is posted.� This is not a Request for Proposals; therefore, no pricing information shall be submitted at this time. Information shall be submitted via e-mail to the Contract Specialist,�Stephanie Andrew, at stephanie.r.andrew@uscg.mil.� The Government does not intend to pay for the information that is submitted.� It is the responsibility of potential offerors to monitor this EPS system for future notices and changes.� All responses will be considered by this agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b67c595c890a425ba47e990d855e6936/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN05886481-F 20210108/210106230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |