Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

J -- UNPLANNED DOCKSIDE REPAIRS FOR CGC BAYBERRY IN CASWELL BEACH, NC 38465

Notice Date
5/5/2021 3:19:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08521QP
 
Response Due
5/20/2021 5:00:00 AM
 
Archive Date
06/04/2021
 
Point of Contact
William A. M. Sword, Phone: 5104375436
 
E-Mail Address
william.a.swordjr@uscg.mil
(william.a.swordjr@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08521QP45E2800 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. Offerors shall submit quotes as follows � Date: �MAY 20TH, 2021 Time: 0800 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and � Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE:� The contract is expected to be awarded on or about 5/20/2021. QUESTIONS: The last day to ask questions will be MAY 20th, 2021, 0800 Pacific Standard Time (PST).� Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. ��After this date, unless amended, questions will not be accepted. For information regarding this solicitation, please contact WILLIAM SWORD, 510-437-5436. Please Note:� Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. �Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil. TABLE OF CONTENTS Revisions Record. iii Consolidated List of References. iv Consolidated List of Government-furnished Property. vi Consolidated List of Critical Inspection Items. vii Principal Characteristics - TENDER.. viii General Requirements. 1 WORK ITEM 1: Mechanical Chain Stoppers, Inspect and Service. 12 WORK ITEM 2: Buoy Deck Pad-eyes, Renew.. 15 WORK ITEM 3: Weight Handling Gear, Inspect and Service. 19 WORK ITEM 4: Supply Uptake Space Repair 25 Revisions Record This page is used to record specification revisions, which may have occurred subsequent to a Revision 0 (Rev-0) package.� Information listed is intended to provide contractors and field unit personnel a means to ensure all the current specification revision pages are present when reviewing or utilizing this specification package. DATE REV# WORK ITEM# CHANGES MADE NOTE :� All work item and paragraph numbers listed above for a given revision correspond to same numbers in the previous revision.� This revised specification is self-contained with all of the above listed changes incorporated. Consolidated List of References The below-listed documents form a part of this specification to the extent specified herein.� Approval/publication dates or revision dates/numbers are also identified, to ensure that same document versions are used at the time of specification writing and during contract execution. All Coast guard drawings, technical publications, and standard specifications will be provided to contractors by the Coast Guard at an appropriate time, or upon request, free of charge.� Other Government documents may be accessed � free of charge � from links located on the SFLC website.� Commercial sites provide access to their respective documents. COAST GUARD DRAWINGS Coast Guard Drawing 65-BUS� 1702-4, Rev -, Mast & Boom Mods (Removal & Instl). Coast Guard Drawing 65-BUS 103-007, Rev B, Booklet of Plans (65400) Coast Guard Drawing 65-BUS 1107-001, Rev -, Deck Houses Construction Details Coast Guard Drawing 65-BUS 3901-001, Rev 1, Insulation and Lagging Coast Guard Drawing 65-BUS 6201-10, Rev B, Electrical One-Line Diagram (208Y/120V Upgrade) Coast Guard Drawing FL� 2605-33, Rev B, Mechanical Chain Stopper, 1-1/4"" Buoy Chain Coast Guard Drawing FL 2605-034, Rev D, Mechanical Chain Stopper Repair Kit: 1-7/8"", 1-5/8"" & 1-1/4"" COAST GUARD PUBLICATIONS Coast Guard Commandant Instruction (COMDTINST)� M10360.3, Jun 2006, Coatings and Colors Manual NAVSEA Drawing 804-5773931, Rev A, Acoustic & Thermal Insulation For Compartments Installation Details NAVSEA Dwg 2803-980209, Plates, Label Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2018, General Requirements Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2014, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2018, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 3041 (SFLC Std Spec 3041), 2014, Shipboard Electrical Cable Test Surface Forces Logistics Center Standard Specification 3042 (SFLC Std Spec 3042), 2014, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, and Installation Surface Forces Logistics Center Standard Specification 3101 (SFLC Std Spec 3101), 2020, Overhaul AC Synchronous Machines Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2014, Auxiliary Machine Systems Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2018, Auxiliary Machine Systems Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2014, Requirements for Preservation of Ship Structures Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2018, Preserve Ship Structures Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures OTHER REFERENCES American Welding Society (AWS) D1.2, 2008, Structural Welding Code � Aluminum MIL-I-3064, Mar 1991, Insulation, Electrical, Plastic-Sealer MIL-STD-2003-3, Sep 2009, Electric Plant Installation Standard Methods for Surface Ships & Submarines (Penetrations) The Society for Protective Coatings (SSPC) Surface Preparation Specification No.11 (SSPC-SP 11), 2012, Power Tool Cleaning to Bare Metal The Society for Protective Coatings (SSPC), SSPC-SP 1/No. SP-1, Solvent Cleaning The Society for Protective Coatings (SSPC)/NACE-International (NACE) Joint Surface Preparation Standard SSPC-SP 12/NACE No. SSPC-SP 12/NACE No.5, Surface Preparation and Cleaning of Steel & Other Hard Materials by High and Ultrahigh Pressure Water Jetting Prior to Recoating Consolidated List of Government-furnished Property The following is a list of property, which the Government will furnish. This list supersedes any other material obligations indicated or implied by referenced drawings. WORK ITEM MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/Unit) 1 N Hardware Kit, Pins NSN: 2030-01-494-2479 2 ea. 618.54 1 N Hardware Kit, Mechanical NSN: 2030-01-494-3917 2 ea. 1,157.23 *Government-loaned property, which shall be returned to the vessel upon completion of the availability. **New or refurbished equipment that the Government may provide for installation in place of existing equipment. ***Government-furnished property, which is to be supplied by either the vessel or the C4IT ServiceCenter Consolidated List of Critical Inspection Items The following is a list of work items, which contain Critical Inspection reports, which the Contractor must complete within the first 25% of the availability contract period (see SFLC Std Spec 0000, paragraph 3.2.6.5 (Inspection report particulars)): Work Item Title 1 Mechanical Chain Stoppers, Inspect and Service 2 Buoy Deck Pad-eyes, Renew 3 Weight Handling Gear, Inspect and Service Principal Characteristics - TENDER 65� WLI (BAYBERRY), Inland Buoy Tender Physical Length overall 65' 0"" Length between perpendiculars 63' 9"" Beam extreme 17' 4"" Depth at side amidship, molded 6' 11"" Draft mean at full load 5' 2 1/16"" LCF Draft Full load displacement 96.64 Long Tons SW Minimum operating displacement 90.19 Long Tons SW Full load draft 5' 2 1/16"" LCF Draft Mast height (above baseline) 34' 4"" Hull Hull material Steel Machinery Main engine 2 GM Diesel, 900 BHP total� @ 1800 RPM Number of propellers 2 Number of blades 4 Diameter 38"" Pitch 32"" Ship's service generator (prime mover) Two Detroit Diesel 3-71 Ship's service generator Two 208Y/120V, 3 phase 60 Hz Shore power requirements 440V, 3 phase, 60 cycle, 60 amp (max), marine plug connection Tank Fuel tanks 3: Fwd & Center Tanks - 680 gal. each� Aft Tank - 645 gal. Fresh water tanks 3: 515 gal. each Lube oil 145 gal. 00000_0121_FLT REC_00000_FLT_Commercial Project @ CG Facility (0121) General Requirements 1. SCOPE 1.1 Intent. This standard specification invokes general requirements for conducting vessel repairs performed by commercial contractors at a Coast Guard facility for Coast Guard vessels. 1.2 Term interchangeability. The terms 'Contractor', 'CG Yard', 'NAVSTA EVERETT', 'shipyard', 'Base', and 'Coast Guard Industrial' are used interchangeably in this specification. Where the primary service provider is Coast Guard personnel, references to contractor and other noted descriptors within this specification or within drawings, publications, SFLC Standard Specifications or other commercial and military references are deemed the same as prime service provider. 2. REFERENCES Coast Guard Drawings None Coast Guard Publications Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures Other References None 3. REQUIREMENTS 3.1 General. The Contractor must conform to all requirements specified in SFLC Std Spec 0000 and in this item, as applicable, during the performance of this availability. NOTE The requirements of paragraph 3.1 (General) applies to all work under the scope of this contract, whether explicitly stated in work items or not, and to all other work subsequently authorized by changes, modifications, or extensions to the contract. 3.2 Contractor-provided fire watch personnel. The Contractor must provide fire watch personnel and equipment. 3.2 Fire watch requirements. The Contractor must refer to 3.3.1.3 (Fire watch requirements) of SFLC Std Spec 0000, in accomplishing the following task: Provide fire watch personnel and fire extinguishers for the duration of the availability period, during and beyond noted Coast Guard fire watch support. 3.3 Preservation requirements. The Contractor must accomplish all preservation tasks, including touch-ups, in accordance with SFLC Std Spec 6310. 3.3.1 Brand name approval. Ensure that all contractor-furnished coatings are in accordance with SFLC Std Spec 6310, Appendix C (Authorized Coatings for Use on Cutters and Boats). 3.3.2 Coating colors and system color schemes. Ensure that all colors and color coat/paint schemes are in accordance with COMDTINST M10360.3, Chapter 6 (Cutter and Boat Colors Exterior and Interior). NOTE Unless a waiver has been granted (in writing) by the KO, deviations from authorized coatings (listed in Appendix C of SFLC Std Spec 6310) and colors and color schemes (provided in Chapter 6 of COMDTINST M10360.3) are strictly prohibited. 3.4 Welding and brazing requirements. The Contractor must perform all welding and allied processes, and NDE in accordance with SFLC Std Spec 0740. 3.5 Environmental protection requirements. The Contractor must adhere to the following environmental protection requirements in accordance with the SFLC Stand Spec 0000: 3.5.1 USCG facilities. The Contractor must provide and maintain environmental protection as defined in SFLC Std Spec 0000 Appendix B, Requirements for Environmental Protection at USCG Facilities, during the performance of this availability. Contractor must plan for and provide environmental protective measures to control pollution that develops during normal practice, as well as plan for and provide environmental protective measures required to correct conditions that develop during the project. Contractor must comply with applicable Federal, state, and local laws, codes, ordinances, and regulations in their entirety. Any reference to a specific portion of a Federal, state, or local law, code, ordinance, or regulation in this or any other item must not be construed to mean that relief is provided from any other sections of the law, code, ordinance, or regulation. 3.5.1.1 USCG Generator status. The activity Generator Status for the Coast Guard Facility is _________. 3.5.1.2 Plans and permits. The CG Facility has unit specific permits including the following: Spill Prevention Control and Countermeasures (SPCC) Plan: Unit has a SPCC Plan which requires certain unit-specific procedures be followed for the storage, inspection, and transfer of petroleum products in containers 55 gallons or greater. National Pollutant Discharge Elimination System (NPDES) Storm Water (SW) Permit: Unit has an NPDES SW permit which requires unit-specific procedures be followed for the storage and inspection of equipment and materials which may contribute contaminants to storm water discharges. Air Emission Permit: Unit has an Air Emission Permit which requires unit-specific procedures be followed for the emissions of VOCs and hazardous air pollutants. 3.5.2 Test and procedures. The Contractor must be required to promptly conduct tests and procedures for the purpose of assessing whether operations are in compliance with applicable Environmental Laws. Analytical work must be done by qualified laboratories; and where required by law, the laboratories must be certified. 3.5.3 Regulatory notifications. The Contractor must be responsible for all regulatory notification requirements in accordance with Federal, State and local regulations. In cases where the Coast Guard must also provide public notification, such as storm water permitting, the Contractor must coordinate with the Contracting Officer or COR, and if work is being performed at a USCG Facility, the local Facility Engineer or Engineering Officer. The Contractor must submit copies of all regulatory notifications to the Contracting Officer and the local Facility Engineer or Engineering Officer prior to commencement of work activities. Regulatory notifications must be provided for including but not limited to demolition, renovation, National Pollutant Discharge Elimination System (NPDES) defined site work, and remediation of controlled substances such as asbestos, hazardous waste, and lead paint. 3.5.4 Environmental manager. The Contractor must appoint in writing an Environmental Manager for the project, and must be responsible for coordinating Contractor compliance with Federal, State, local, and station environmental requirements. The Environmental Manager must ensure compliance with Hazardous Waste Program requirements, including hazardous waste handling, storage, manifesting, and disposal; implement the Contractors� Environmental Management Plan; ensure that all environmental permits are obtained, maintained, and closed out; ensure compliance with Storm Water Program Management requirements; ensure compliance with Hazardous Materials including storage, handling, and reporting requirements; as well as coordinate any remediation of regulated substances such as lead, asbestos, and polychlorinated biphenyl (PCB). This may be a collateral position; however the individual must be trained to accomplish the following duties; ensure waste segregation and storage compatibility requirements are met; inspect and manage Satellite Accumulation areas; ensure only authorized personnel add wastes to containers; ensure all Contractor personnel are trained in 40 CFR requirements and individual position requirements; coordinate removal of waste containers; and maintain the Environmental Records binder and required documentation, including environmental permits compliance and close-out. 3.5.5 HW disposal. Contractor must comply with SFLC Std Spec 0000 Appendix B, Requirements For Environmental Protection At USCG Facilities for HW disposal, and ensure that waste removals are conducted during normal business hours (0800-1600) on Monday through Friday (excluding holidays). 3.5.6 Additional Requirements. The Contractor must be aware of the following: 3.5.6.1 No Contractor or Subcontractor must have the authority to sign a Hazardous Waste Manifest using the Coast Guard facility�s EPA Generator ID Number or remove contract generated hazardous waste from the Coast Guard facility without COR or KO-approval. 3.5.6.2 Local environmental regulations at the Government facilities may be more stringent. As with all environmental regulations, the Contractor must prepare for and comply with local and state regulations. 3.5.6.3 Coast Guard facilities do not maintain Facilities Response Plans (FRPs) per 33 CFR 154. Contractor must furnish the FRP when required for over-the-water liquids transfers to and from vessels, and is required for oil/fuel transfers to/from vessels for 250 barrels (10,500 gallons) or more. 3.6 Local Policy. None. 3.7 SFLC Standard Specification approved changes. The Contractor must be aware that the following are approved changes to published SFLC 2020 Edition Standard Specifications and supersede published content: None. 4. NOTES 4.1 QA inspection forms. QA inspection forms (QA-1 thru QA-5), required in SFLC Std Spec 6310 to be completed and submitted during preservation of �critical-coated surfaces�, are provided at the end of this document. QA-1 - QUALITY ASSURANCE INSPECTION FORM (PRESERVATION CHECKLIST) Vessel Name Hull # Work Item # Work Item Title Location of Work (incl. frame #�s) Area (sqft) � CHECKPOINT 1 � COATING SYSTEM COMPLIANCE Ensure all coatings are in compliance with SFLC Std Spec 6310, Appendix C. CHECKPOINT 2 - PAINT STORAGE Ensure all coatings are kept at a temperature of 65 to 85�F at all times, unless otherwise specified by the coating mfg. CHECKPOINT 3 - AMBIENT CONDITIONS Ensure surface and surrounding temperatures are each between 50 and 90�F for water-containing coatings, and 35 and 95�F for other coatings, unless otherwise specified by the coating manufacturer(s). Ensure maximum relative humidity (RH) is as follows, from surface preparations through final curing of topcoat: 50% for tanks, voids, and vent plenum; and 85% for all other areas, unless otherwise specified by manufacturer(s). Ensure surface temperature is at least 5�F above the dew point, unless otherwise specified by the coating mfg. CHECKPOINT 4 - PRE-SURFACE PREPARATION Remove surface contaminants (soluble salts, loose rust, mud, and marine growth) with low pressure fresh water wash down (maximum 5,000 psi).� If oil and grease are present, perform solvent cleaning, as per SSPC SP-1. Verify equipment setup, blast media, and surface preparation methods match designated test coupon. CHECKPOINT 5 - SURFACE PREPARATION Verify environmental conditions (see CHECKPOINT 3). Ensure cleanliness of prepared surface is as per specification (i.e.: SSPC SP-11, SP-10, SP WJ-2�). Verify surface anchor profile using ASTM D4417-Methods B or C against SFLC Std Spec 6310. Conduct profile readings at a minimum of 5 locations for the first 1000-sqft area, and 2 locations for each succeeding 1000-sqft area. Measure soluble salt conductivity in accordance with SSPC-Guide 15.� Conduct 5 measurements per each 1000-sqft area (max. threshold: 70 microsiemens/cm for non-submerged surfaces, 30 microsiemens/cm for submerged surfaces). CHECKPOINT 6 - PRIMER COAT APPLICATION Verify environmental conditions (see CHECKPOINT 3). Verify proper mixing and stand-in (induction) times. Ensure no paint is applied when the temperature is expected to drop to freezing before the paint has dried. Ensure surfaces are completely dry, unless otherwise allowed by the coating manufacturer(s). Verify wet film thickness (WFT) at random, to prevent under or over application.� Verify final DFT. Brush out all runs, sags, drips, and puddles. Perform visual inspection for holidays and other defects. CHECKPOINT 7 � STRIPE COAT APPLICATION Verify environmental conditions (see CHECKPOINT 3). Ensure overcoating window is as per manufacturer�s instructions. After primer coat (mist coat after inorganic zinc), brush-apply un-thinned coat of same primer paint over edges, weld seams, cut-outs, and areas of complex geometries @ 3-4 mils wet film thickness (WFT). CHECKPOINT 8 � TOP COAT APPLICATION Verify environmental conditions (see CHECKPOINT 3). Ensure overcoating window is as per manufacturer�s instructions. Verify proper mixing and stand-in (induction) times, as applicable. Verify wet film thickness at random, to prevent under or over application. Brush out all runs, sags, drips, and puddles. CHECKPOINT 9 � FINAL INSPECTION Verify final system dry film thickness.� Conduct 5 sets of 3 readings for each of the first 3 100-sqft areas, followed by 5 sets of 3 readings for each succeeding 1000-sqft area. Ensure that system cure is in accordance with manufacturer's recommendation for intended service. Ensure potable water tank exhaust ventilation is maintained continuously from and during coating application through final system cure, to exhaust all solvent to the atmosphere and to prevent solvent entrapment. For immersion coatings (including tank U/W body), record date and time of the following events: Final coat application: _____/_____; Return to service or removal from environment controls: _____/_____ CHECKPOINT 10 � RECORD KEEPING Complete, sign, and submit all provided QA Inspection Forms. Name of QP-1/NACE Inspector Signature Cert. # Date / Time � QA-2 - QUALITY ASSURANCE INSPECTION FORM (ENVIRONMENTAL READINGS) Vessel Name Hull # Work Item # Work Item Title � Use one sheet for each activity.� Record conditions every four hours from before surface preparation to application of final coating system coat. DATE & TIME ACTIVITY (Surface preparation, primer coat, barrier coat, top coat, etc�) LOCATION (Frame & Deck, relation to equipment, etc.) TEMPERATURE % REL. HUMID-ITY DEW PT. SURFACE AMBIENT ?T | DP - Surface | Name of QP-1/NACE Inspector Signature Cert. # Date / Time � QA-3a - QUALITY ASSURANCE INSPECTION FORM (SURFACE PROFILE LOG FOR PROFILE MEASUREMENTS IAW ASTM D4417-METHOD-C) Vessel Name Hull # Work Item # Work Item Title Location of Work (incl. frame #�s) Area (sqft) � SURFACE PREPARATION METHOD PROFILE ACHIEVED (mils) Min Max Mean SSPC-SP-10/NACE No. 2 � SSPC-SP WJ-1/NACE WJ-1 � SSPC-SP WJ-2/NACE WJ-2 � SSPC-SP WJ-3/NACE WJ-3 � SSPC-SP WJ-4/NACE WJ-4 � SSPC-SP-3 � SSPC-SP-11 � SSPC-SP-11 (inaccessible area) � Brush-blasting (non-metallic substrate) � Abrasive Manufacturer: Abrasive Sieve Size: � � Place surface profile replica tapes in the spaces provided below, to serve as permanent QA record. Maintain a separate log for each location. When an area is divided into separate sections, maintain a separate log for each section. Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Reading (mils): Reading (mils): Reading (mils): Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Reading (mils): Reading (mils): Reading (mils): Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Reading (mils): Reading (mils): Reading (mils): Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Reading (mils): Reading (mils): Reading (mils): Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Place Surface Profile Replica Tape Here Reading (mils): Reading (mils): Reading (mils): Mean Mil Reading (IAW ASTM D4417-Method C) for above 15 readings: � � Name of QP-1/NACE Inspector Signature Cert. # Date / Time QA-3b - QUALITY ASSURANCE INSPECTION FORM (SURFACE PROFILE LOG FOR PROFILE MEASUREMENTS IAW ASTM D4417-METHOD-B) Vessel Name Hull # Work Item # Work Item Title Location of Work (incl. frame #�s) Area (sqft) � SURFACE PREPARATION METHOD PROFILE ACHIEVED (mils) Min Max Mean SSPC-SP-10/NACE No. 2 � SSPC-SP WJ-1/NACE WJ-1 � SSPC-SP WJ-2/NACE WJ-2 � SSPC-SP WJ-3/NACE WJ-3 � SSPC-SP WJ-4/NACE WJ-4 � SSPC-SP-3 � SSPC-SP-11 � SSPC-SP-11 (inaccessible area) � Brush-blasting (non-metallic substrate) � Abrasive Manufacturer: Abrasive Sieve Size: � � Record measurements taken in the spaces provided below, to serve as permanent QA record. Maintain separate log for each location. When an area is divided into separate sections, maintain a separate log for each section. Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Reading (mils): Mean Reading (mils) Mean Reading (mils) IAW ASTM DD4417). � Name of QP-1/NACE Inspector Signature Cert. # Date / Time � � QA-4 - QUALITY ASSURANCE INSPECTION FORM (SURFACE SOLUBLE SALT CONDUCTIVITY LOG) Vessel Name Hull # Work Item # Work Item Title Location of Work (incl. frame #�s) Area (sqft) � SOLUBLE SALT CONDUCTIVITY Measurements IAW SSPC-GUIDE 15. Date Test Locations Conductivity (Microsiemens/CM) � Name of QP-1/NACE Inspector Signature Cert. # Date / Time QA-5 - QUALITY ASSURANCE DATA FORM (COATING THICKNESS) (Use one sheet for each sequence) Vessel Name Hull # Work Item # Work Item Title � Coating Mfg Product Name Batch # Induction Time Coating System Sequence (Primer/Touchup/3rd Coat, etc.) � � � � � � Dry Film Thickness (DFT) Measurements IAW SSPC-PA 2. SPOT 1 2 3 4 5 AVERAGE VALUE *BASE METAL READING (BMR) Required, If Magnetic Pull-Off (Type I/Banana) Gauge Is Used. � Location (Frame Reference): SPOT 1 2 3 4 5 Overall Avg. DFT ADJUSTMENTS 1 Avg. BMR Deviation 2 3 Before Adjustments After Adjustments Avg. � � � � Location (Frame Reference): SPOT 1 2 3 4 5 Overall Avg. DFT ADJUSTMENTS 1 Avg. BMR Deviation 2 3 Before Adjustments After Adjustments Avg. � � � � Location (Frame Reference): SPOT 1 2 3 4 5 Overall Avg. DFT ADJUSTMENTS 1 Avg. BMR Deviation 2 3 Before Adjustments After Adjustments Avg. � � � � Application Method (Airless, Conventional Spray, Rolled) Average DFT � Name of QP-1/NACE Inspector Signature Cert. # Date / Time � 57310_ACC_0519_IBCT REC_57310_MchChnStppr_IBCT_65' WLI (ALL) (0215) ITEM 1: Mechanical Chain Stoppers, Inspect and Service 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to inspect and service the port and starboard mechanical chain stoppers. 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Hardware Kit, Pins NSN: 2030-01-494-2479 2 ea. 618.54 N Hardware Kit, Mechanical NSN: 2030-01-494-3917 2 ea. 1,157.23 2. REFERENCES Coast Guard Drawings Coast Guard Drawing FL� 2605-33, Rev B, Mechanical Chain Stopper, 1-1/4"" Buoy Chain Coast Guard Drawing FL 2605-034, Rev D, Mechanical Chain Stopper Repair Kit: 1-7/8"", 1-5/8"" & 1-1/4"" Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2014, Auxiliary Machine Systems Other References None 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor shall submit a CIR for the inspections listed in Table 1, as follows: Task #1. Task #2. 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Repair particulars. The Contractor shall use FL 2605-33 and FL 2605-034 for reference, and perform all tasks in Table 1. TABLE 1 � REPAIR TASKS � ADDITIONAL REQUIREMENTS # TASK TYPE (SFLC STD SPEC 5000 PARA. REF.) QTY COMPONENT OR ASSEMBLY APPENDIX AND PARA. FROM SFLC STD SPEC 5000 OTHER 1 Operate and Inspect 2 Mechanical Chain Stopper Assembly 3.2.1 (Operate and Inspect) Submit a CIR. 2 Disassemble and Inspect 2 Mechanical Chain Stopper Assembly 3.2.3 (Disassemble and Inspect) Submit a CIR. Reassemble chain stoppers with GFP. Refer to paragraph 3.2.1 for materials. 3 NDE 2 Mechanical Chain Stopper Assembly 3.2.5 (NDE) NDE task is limited to chain stopper welds. 4 Preserve 2 Mechanical Chain Stopper Assembly and foundation 3.2.4 (Preservation) Select the followingtop coating colors: Black (17038) for the chain stopper surfaces. Gray (16099) for the foundation surfaces. 5 Groom and Lubricate 2 Mechanical Chain Stopper Assembly 3.2.6 (Groom and Lubricate) 6 Weight Test 2 Mechanical Chain Stopper Assemblies B2.1(Mechanical Chain Stoppers) Operational test load: 15,000 lbs. 7 Fabricate and Install 2 Label plate B2.9 (Label plates) 3.2.1 Breakdown GFP kit. For full kit parts list, refer to Coast Guard Drawing FL 2605-034. Pin and bushing kits contain the following parts, typically: spring assembly pin, SS washers, SS hex bolt, end hinge pins, middle hinge pins, lock hinge pin, grease fittings and bronze bushings. At the installation of each bronze bushing, the Contractor shall drill a hole to line up with grease fitting in accordance with �DWG1� and FL 2605-034. Clean each bushing after drilling. 4. NOTES This section is not applicable to this work item. S20_004_57300_TSI_0920_65400 ITEM 2: Buoy Deck Pad-eyes, Renew 1.1� Intent.� This work item describes the requirements for the Contractor to install and statically load test renewed pad-eyes on the buoy deck. 1.1.1 Buoy Deck Pad Eyes and Tie-Downs. DESCRIPTION LOCATION APPLICABLE REFERENCE D-Ring Padeye, 1.00-inch OD Buoy Deck, Frame-6, Port Coast Guard Drawing FL 1204-3 D-Ring Padeye, 0.75-inch OD Buoy Deck, Frame-5, Stbd Coast Guard Drawing FL 1204-3 D-Ring Padeye, 0.75-inch OD Buoy Deck, Frame-5, Port Coast Guard Drawing FL 1204-3 D-Ring Padeye, 0.75-inch OD Buoy Deck, Frame-14, Stbd Coast Guard Drawing FL 1204-3 D-Ring Padeye, 0.75-inch OD Buoy Deck, Frame-14, Port Coast Guard Drawing FL 1204-3 1.2� Government-furnished property.� None. 2.� REFERENCES Coast Guard Coast Guard Drawing 65-BUS 103-07, Rev B, Booklet of Plans (65400) Coast Guard Drawing 65-BUS 2605-1, Rev 2, Chain Stopper & Padeyes Arrgt & Dets Coast Guard Drawing 65-BUS 1101-1, Rev -, Shell Expansion & Deck Butts Coast Guard Drawing 65-BUS 3901-1, Rev 1, Insulation & Lagging Coast Guard Drawing FL 1204-3, Rev A, Welded Padeyes & Links Coast Guard Publications Coast Gua...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/92e35fa42c5e4565af397958a230ada3/view)
 
Place of Performance
Address: Oak Island, NC 28465, USA
Zip Code: 28465
Country: USA
 
Record
SN05992009-F 20210507/210505230112 (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 |
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.