Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

J -- Surface&Prep painting of Dredge wheeler

Notice Date
6/24/2022 10:08:34 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P822SS006
 
Response Due
7/11/2022 8:00:00 AM
 
Point of Contact
Quinton B. Hamm, Phone: 5048622340
 
E-Mail Address
quinton.b.hamm@usace.army.mil
(quinton.b.hamm@usace.army.mil)
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL, REQUESTING INFORMATION FOR PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Respondents will not be notified of the Sources Sought results. This Sources Sought is issued for the sole purpose of conducting Market Research in accordance with the Federal Acquisition Regulations (FAR) Part 10 and identifying vendors capable of fulfilling Agency needs. The tracking number for this announcement is W912P8-22-SS-0006. Please include on your firm's response to this Sources Sought request. USACE anticipates a requirement under the North American Industry Classification Systems (NAICS) Code 336611, Ship Building and Repairing. The Government contemplates solicitating Firm Fixed-Price for Dredging services. The requirement: The U.S. Army Corps of Engineers, New Orleans District has a requirement for surface preparation and painting aboard the Dredge Wheeler and the 44ft long launch. The contractor shall provide all necessary labor, supervision, tools, equipment, ventilation, paint, materials, and supplies to perform cleaning and surface preparation, priming and painting of interior and exterior aboard the US Dredge WHEELER and the 44 ft long aluminum launch. The risk associated with the project are staying within the authorized project budget and delays to the schedule during available months with the temperature over 45 degrees. Qualifications: All work will be performed without delays in an efficient and workmanlike manner by personnel who are thoroughly trained and familiar with the types of work being performed, and who possess the necessary experience to properly perform the cleaning, priming and painting in accordance with these specifications. Any defects in workmanship or Contractor-furnished materials shall be corrected at no expense to the Government. Potential sources are requested to submit: If you are interested, please submit a capability statement that contains the following information: 1. Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other� etc.). 2. Current or previous government contract(s) with the same magnitude. a. Contract(s) Number? b. Dollar value of the Contract(s) c. Type of contract? d. Agency that issued the Contract(s) (GSA, SEWP, etc�). If GSA what Schedule and SIN? 3. Does your firm utilize the suggested NAICS for this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it�s more appropriate? 4. Please confirm that your firm�s contract performance would follow the Limitations on Subcontracting as required by 13 CFR 125.6 and VAAR 852.219-74 if applicable (Not applicable to unrestricted set aside). 5. Please list all your concerns, questions, and ambiguities. Questions will not be addressed directly but will be used by the Government if this Sources Sought would move forward to solicitation. Any future information about this requirement, including issuance of a solicitation and/or applicable amendments, will be issued through www.SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Potential firms MUST have an active record in the System for Award Management (SAM) database to be considered for award. Include in your capabilities package: your company�s name, address, Point of Contact with corresponding phone number, e-mail address, Unity Entity Identifier Number, Cage Code, and System for Award Management expiration date. Proof of small business size must also be included. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this Sources Sought must clearly discuss the tasks that the small business firm intends to perform; and the specific areas that the large business teaming partner intends to perform. Please note that at least 51% of the total cost of all services provided must be incurred by or for personnel of the small business firm, pursuant to the FAR Deviation at CD 2021-O0008 (SEP 2021). Responses to this Sources Sought may be submitted electronically to the following e-mail address: Quinton.b.hamm@usace.army.mil. No hard copies, facsimile submissions, or telephone responses will be accepted. RESPONSES ARE DUE NO LATER THAN: All interested firms with 336611 as an approved NAICS code have until Monday, July 11, 2022, at 11:00AM (CST) to submit their capabilities package. Submissions that are not received within the allotted time specified, will not be considered. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � PERFORMANCE WORK STATEMENT � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SURFACE PREPARATION AND PAINTING � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �ABOARD THE DREDGE WHEELER C-1.���� GENERAL INFORMATION 1.1������ The U.S. Army Corps of Engineers, New Orleans District has a requirement for surface preparation and painting aboard the Dredge Wheeler and the 44ft long launch. The contractor shall provide all necessary labor, supervision, tools, equipment, ventilation, paint, materials, and supplies to perform cleaning and surface preparation, priming and painting of interior and exterior aboard the US Dredge WHEELER and the 44 ft long aluminum launch, as described in the following paragraphs. 1.2������ The Dredge WHEELER is an all-steel, sea-going large class hopper dredge. The hull dimensions are as follows: Length Overall 408 ft. � 3 in. Length B.P. 384 ft. � 0 in. Breadth Molded 78 ft. � 0 in. Breadth at Wheelhouse Catwalks 82 ft. � 0 in. The M/V LAUNCH WHEELER is a 44 ft long, aluminum hull, motor powered vessel. 1.3������ WORK SITE.� All work will be performed while the dredge and launch are moored at the US Army Corps of Engineers, New Orleans District wharf (mile 103.5 AHP,� Mississippi River; 7400 Leake Ave., New Orleans, LA 70118). 1.4������ PRE-PROPOSAL SITE VISIT � For proposal purposes, prospective offerors are encouraged to make a site visit prior to solicitation closing date.� Arrangements for the site visit must be made by calling Noelle Belhumeur at (504) 862-1953.� 1.5������ PARKING ? Temporary parking passes, shall be issued to the Contractor's vehicles for the duration of the contract. The contractor is subject to all Government regulations and requirements regarding the operation of a motor vehicle on a Government installation.� NOTE:� there shall be no parking on the district wharf, with the exception of loading/off-loading of equipment. 1.5.1� � Due to space constraints, only a limited number of vehicular passes will be authorized by the District's Safety, Security, and Occupational Health Office.� No private vehicles and no over-night parking will be allowed.� Posted speed limits will be enforced.� The Contractor should consider a mobilization point, for pooling purposes, or possibly bussing employees to the job site.� Only previously approved company identified vehicles and pedestrians, possessing company identification will be granted access to this Army Reservation.� (NOTE:� Pedestrian crossing at either entrance to this reservation is not posted or policed and is therefore considered dangerous.) 1.5.2� Access to District offices will be authorized for official business purposes, including cafeteria services.� Precautions should be taken to protect Government facilities from the effects of greasy or dirty clothing.� No roaming of the reservation grounds, buildings, or offices will be allowed. 1.6������ DISTRICT SECURITY - Upon contract award, the contractor shall provide a detailed and complete listing of all individuals and vehicular access requirements.� This listing must be updated as required by the Security Office. All Contractor employees (U.S. citizens and Non- U.S. citizens) working under this contract (to include grants, cooperative agreements and task orders) who require access to Automated Information Systems (AIS), (standalone computers, network computers/systems, e-mail) shall, at a minimum, be designated into an ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. The investigative requirements for an ADP-III position are a favorable National Agency Check (NAC), SF-85P, Public Trust Position. The contractor shall have each applicable employee complete a SF-85P and submit to the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-0267, Security Officer within three (3) working days after award of any contract or task order, and shall be submitted prior to the individual being permitted access to an AIS.�� Contractors that have a commercial or government entity (CAGE) Code and Facility Security Clearance through the Defense Security Service shall process the NACs and forward visit requests/results of NAC to the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-0267, Security Officer.�� For those contractors that do not have a CAGE Code or Facility Security Clearance, the USACE, New Orleans District, P. O. Box 60267, New Orleans, LA 70160-026, Security Office will process the investigation in coordination with the Contractor and contract employees. In accordance with Engineering Regulation, ER 380-1-18, Section 4, foreign nationals who work on Corps of Engineers' contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order.�� This regulation includes subcontractor employees. (NOTE: exceptions to the above requirement include foreign nationals who perform janitorial and/or ground maintenance services.) The contractor shall submit to the Division/District Contract Office, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B).�� Classified contracts require the issuance of a DD Form 254 (Department of Defense Contract Security Classification Specification). 1.7������ RECEIVING - Deliveries for Contractor required supplies and equipment will be accepted at N.O.D. warehouse located at 7400 Leake Ave, New Orleans, LA or at the field location of the vessel.� Prior notification of expected shipment information is required. 1.8������ NON?SMOKING AREAS ? In conjunction with department of the Army policy, all interior spaces on the Dredge WHEELER have been designated NON?SMOKING AREAS.� Smoking will be allowed on exterior decks only, if the ship is not taking on flammable substances (fuel oil, lube oil, etc.). 1.9������ CHANGES ?� No changes will be made to this solicitation or the resulting contract unless it is made, in writing, by the Contracting Officer.� Changes made by any other direction will be made at the Contractor's own risk. C-2.���� SPECIFIC TASKS 2.1� Provide the services of the craftsmen listed in Section B, to perform the surface preparation and painting aboard the U.S. Dredge WHEELER. 2.2 ����� �PERIOD OF PERFORMANCE.� These services will usually be required during the year while the vessel is not working. Below is an estimated annual planned work schedule for the Dredge Wheeler: ����������� *�� 18 January � 2 February ����������� *�� 16 March � 29 March ����������� *�� 11 May � 24 May ����������� *�� 6 July � 19 July ����������� *�� 31 August � 13 September Note:� This schedule is subjected to change. Also, the dredge Wheeler may be required to work during any time other than regular planned schedule.� 2.3������ SPACE/AREAS TO BE CLEANED AND PAINTED.�� The areas to be cleaned and painted will be described in each specific Task Order.� The Contractor will inspect the site prior to each task order and familiarize himself with all aspects of the job, to minimize any problems relative to estimation and accomplishment of work. 2.4������ SURFACE PREPARATION.� All steel surfaces shall be cleaned and prepared for painting in accordance with the applicable �Surface Preparation Specifications� published by the Steel Structures Painting Council, as specified in each Task Order, generally from the following list: a)� Surface Preparation Specification No. 1 -- Solvent Cleaning;� SSPC-SP1 b)� Surface Preparation Specification No. 2 -- Hand Tool Cleaning;� SSPC-SP2 c)� Surface Preparation Specification No. 3 -- Power Tool Cleaning;� SSPC-SP3 d)� Surface Preparation Specification No. 11 -- Power Tool Cleaning to White Metal;� SSPC-SP11 e)� Ultra-High Pressure Water Blasting, NACE No 5/SSPC-SP-12 -- WJ-4 or better. NOTE:� There shall be no abrasive blast cleaning allowed on the vessel.� Abrasive blast cleaning may be specified for certain items that can be removed from the ship to the Contractor�s facility.� The Contractor will take all precautions to screen off the areas where work is to be performed and protect these areas from contamination of oil, grease, and dredging materials.� All surfaces shall be primed as soon as practicable after cleaning, but in any event prior to any contamination or deterioration of the prepared surfaces.� All edges of cleaned areas adjoining existing paint must be �feathered� (i.e. sand, grind, or water blast to form a gradual slope from bare metal up to the height of existing paint). 2.5������ PROTECTION.� All grease fittings will be masked to prevent contamination with paint, dirt, etc.� Any windows and light lenses in the work area must be cleaned and masked, before any surface preparation, water blasting, or painting takes place.� After all painting and cleaning work is completed, remove all masking tape and other protective materials as soon as possible.� All glass shall be cleaned with a mild detergent and water mixture.� All tape, glue, overspray, and paint drippings must be completely removed.�� Protect all machinery, flame arrestor screens or tank vent openings, plagues and label plates.� Protect all adjacent spaces and lower areas from drips, splatter, and overspray.� Any area which is not adequately protected, will be cleaned, touched up, or repainted as directed by the Government Inspector.�� Temporary label plates shall be made or other adequate means for ensuring existing stencils are documented, so that they may be reapplied after painting.� All maskings must be approved by the Government Inspector prior to commencement of painting work.� (Note: The contractor shall be responsible and replace/repair all damages caused by his work or negligence).� 2.6������ PROTECTION DURING WATER BLASTING.� Nonmetallic surfaces such as wood, rubber, glass, plastic, etc., will be protected from direct or indirect water streams.� Metallic surfaces such as hydraulic cylinder piston rods shall be wrapped with plastic to prevent damage from water streams.� All electrical wirings, junction boxes, switches, and motors shall be covered and sealed to prevent damage by the entrance of water.� Transducer heads and other hull appendages shall be protected with covers.� Mechanical glands which contain seals shall be protected by covering with plastic.� (Note: The contractor shall be responsible and replace/repair all damages caused by his work, water blasting or negligence).�� 2.7������ PAINTING.� All areas cleaned and prepared in accordance with the preceding paragraphs will be painted in accordance with Painting Schedule, ASI Drawing No.� 19-01-01 or Government approved equal.� Submit to the Government proposed coating system for approval (which includes top coat color) prior to any work. All paint required, shall be Contractor furnished.� Paint shall be delivered to the work-site in original sealed five gallon containers. Recommended paint manufacturers are Sigma, Hempel, and International.�� Note: once a paint brand is picked and approved, the Contractor shall continue to use this brand and formula and not mix brands/formulas, respectively.� Each paint container shall contain the name of the manufacturer, name of the paint, formula of paint, batch number, and date of manufacture.� All paint shall have been manufactured within one year of the date of application.� The paint shall be thoroughly mixed by mechanical paint shaker or another approved means, prior to the application of paint.� Paint thinners shall not be used to cure or thin paint.� The paint shall be continually agitated while in the paint containers or pressure pots.� All painting shall be done in a workmanlike manner and the finished coatings shall be free of holidays, pinholes, bubbles, runs, drops, ridges, laps and variations in color, texture and gloss.� All coats shall be applied in such a manner as to produce an even film of uniform thickness.� Edges, corners, seams, joints, welds, rivets, and surface irregularities shall receive special attention to insure an adequate thickness of paint.� Generally, external paint shall be applied by roller or brush.� No spray painting shall be allowed on the vessel�s exterior while it is located at the Corps of Engineers wharf in New Orleans, LA. �Under no circumstances will there be any exterior painting of any kind while it is raining, snowing, sleeting, fog or after daylight hours.� There will also be no exterior painting of any kind when the ambient air temperature is below 45 degrees F or when the steel surface is less than 5 degrees F above the dew point.� On days when these conditions are questionable, the decision to paint must be approved by the Government Inspector before commencement of painting operations. No paint shall be applied until surfaces to be coated are cleaned, inspected by the Government and approved for application of priming coats and each additional coat.� All machinery equipment, flame arrestor screens on tank vent openings, or plaques in way of or adjacent to any cleaning and painting operations shall be adequately protected.� When applying paints as specified herein, provisions shall be made to protect all adjacent and lower areas against paint splatter and drips.� Any area which is not adequately protected shall be retouched or completely repainted, as directed by the Government Inspector, at no additional cost to the Government.� Any glass or normally unpainted surfaces which receive overspray, drips, or splatters will be thoroughly cleaned. Paint applied under condition other than those listed herein will be rejected.� Paint shall be applied to the minimum dry film thickness as specified in the painting schedule or the Task Order.� All paint thickness shall be measured using Contractor-furnished instrument similar or equal to the approved instruments specified in Military Specification MIL-F-3846 Rev C (ME). C-3.�� REQUIREMENTS / PERFORMANCE STANDARDS 3.1������ REQUIREMENTS 3.1.1��� QUALIFICATION.� Prospective bidders must be registered as qualified HUBZone small business (see referenced FAR Clause 52.219-4).� Proof of HUBZone certification shall be required when submitting bid. �Prospective bidders must be qualified to perform marine coating application and must have an office and shop facility within 150 driving miles radius from the Corps of Engineers, New Orleans district in New Orleans. 3.1.2��� WORKMANSHIP.� All work will be performed without delays in an efficient and workmanlike manner by personnel who are thoroughly trained and familiar with the types of work being performed, and who possess the necessary experience to properly perform the cleaning, priming and painting in accordance with these specifications.� Any defects in workmanship or Contractor-furnished materials shall be corrected at no expense to the Government.� 3.1.3��� DAILY FIELD SERVICE REPORTS.� For all work performed aboard the vessel, submit a daily field service report that lists the names of the supervisor, painters, and painter helpers (laborers), the actual hours worked, the times of arrival and departure from the vessel, a description of the work accomplished that day, and a list of the materials required to accomplish the work.� The hours worked shall be supported by daily time sheets or cards if requested by the Government. 3.1.4��� GENERAL INSPECTION, QUALITY CONTROL, AND QUALITY ASSURANCE.� All work and materials supplied under this contract shall be subject to timely inspection during all phases of the work.� As previously stated, prepared surfaces shall be inspected by the Government prior to the application of coating.� The work will be inspected, during and after each phase of the cleaning, priming, and painting.� Provide Quality Control inspection prior to the Government�s Quality Assurance inspection.� Advise the Government at least 24 hours in advance the work is ready to be inspected.� The Contractor shall document inspection and submit reports to the Government Inspector. 3.1.5��� SURFACE PREPARATION AND PAINTING EQUIPMENT.� The Contractor shall supply all labor, equipment and materials needed to perform the work statement in Section C-2 (Specific Tasks) in a timely manner.� This includes, but is not limited to air compressor, power grinder, needle guns, power chippers, cleaning hand tools, rollers, brushes, etc... 3.1.6��� SCAFFOLDING.� Provide all scaffolding, planking, rigging, manlift, and ropes, through subcontractor if necessary to accomplish the work in all task orders.� All such equipment shall meet the requirements of the US Army Corps of Engineers Safety Manual, EM-385-1-1. 3.1.7��� ULTRA-HIGH PRESSURE WATER BLASTING MACHINERY.� When required by Task Order, the Contractor shall provide machinery capable of steel surface preparation utilizing a minimum water jet pressure of 25,000 p.s.i.� The machinery will be charged on a per day basis for actual days in use at the job site, at the rate quoted in Section B.� One additional day�s rental will be allowed for round trip transportation for each Task Order where the machinery is specified.� The transportation carrier cost shall be included in the daily rental rate.� Water blasting machinery will be used for one ten-hour shift per day. 3.1.8��� DISPOSAL OF DEBRIS AND SALVAGE MATERIAL.� Prior to any work, the contractor shall take precautions and provide means (vacuum crawlers, equipment, fine mesh nets, plastic tarps, etc.) to contain all debris, paint chips, and waste water resulting from high pressure water blast to keep them from falling into and contaminate the river and hopper water. The Contractor shall be responsible for removing from the vessel and disposing all paint scrapings, paint chips, debris, empty or partially filled paint, paint thinner cans, any chemicals, and blast water generated during the surface preparation and painting process.� The contractor shall be responsible to remove and dispose of all above mentioned waste offsite (off Corps of Engineers district) at no additional cost to the government. The method of disposal shall be in accordance with EPA, state, and local regulations.� The Dredge Wheeler has no known Lead based coatings. No Lead based paint shall be applied. The Contractor shall at all times keep the work site free from accumulation of waste material caused by the Contractor's employees and performance of work in connection with this contract.� At the completion of the work, unless the task order specifies otherwise, the Contractor shall remove all waste from the work site on the ship, and leave the immediate vicinity of the work ""broom clean"".� Note: The government trash dumpsters within the Corps of Engineers New Orleans district shall only be used to dispose of consumer and normal office trashes, such as, food containers, papers, woods, non-contaminated rags and hand tools. 3.1.9��� PAYMENT.� For each completed Task Order, the Contractor will be paid for the actual straight time and overtime hours worked at the job site, using the hourly rates quoted in Section B.� (Note: All overtime work must be approved by the government prior to starting any work).� The cost of all supplies and materials, including painting equipment, protective coverings and personnel safety equipment (with the exception of water blasting equipment) will be included as a factor in the labor rates quoted in Section B.� Labor rates shall also include transportation costs, as these are not separate bid line items. Paint, thinners, degreasers, and non-skid additives shall be supplied under the corresponding line item in Section B.� The unit price shall be multiplied by the contractor�s bid for mark-up over cost to obtain the amount given (see Section B). When required by Task Order, ventilation equipment shall be furnished on a per-day basis under the corresponding line item in Section B.� A 480 volts, 3 phase power source shall be supplied by the vessel from within the work area.� Ventilation fans, ducting, and power cord are to be supplied by the contractor. The water blasting machinery shall be quoted as a separate line item in Section B.� The operator for this machinery shall be charged under the contract line item for �Helper/Laborer.� Overtime shall be paid for actual hours of work in excess of 40 hours in a work week.� For this contract, a work week begins on Monday and ends on Sunday.���� ACCIDENT PREVENTION PROGRAMS 3.2.1��� SAFETY REQUIREMENTS ? All work performed under this contract shall be in accordance with the requirements of the U.S. Army Corps of Engineers Safety Manual ? EM 385?1?1, and other safety requirements specified herein. 3.2.2��� All contractors working for the Corps of Engineers must have a designated Site Safety and Health Officer who has completed a 10-hour OSHA safety course. This training, which is free to the public at web site http://www.mvn.usace.army.mil/ss/osha600/s600/, fulfills the mandatory training requirement. 3.2.3��� ACCIDENT PREVENTION PROGRAM � After award, but no later than the pre-work conference, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and approval. The program shall be prepared in the following format (see appendices for forms): Accident Prevention Plan Checklist � Administrative Section LMN Form 385-7-R �Accident Prevention Program � Administrative Plan LMN Form 385-43R �Accident Prevention Program � Hazard Analysis LMN Form 385-6-R �A copy of company policy statement of accident prevention, and any other guidance statements normally provided new employees. 3.2.4��� ACCIDENT INVESTIGATIONS AND REPORTING ? Refer to EM 385?1?1, Paragraph 1.D.01.� Accidents shall be investigated by the immediate supervisor of the employee(s) involved and reported to the Contracting Officer within one working day after accident occurs.� A report of all mishaps occurring on the project shall be submitted to the Contracting Officer within four calendar days following the incident.� All data reported must be complete, timely, and accurate.� A follow up report shall be submitted when the estimated lost time days differs from actual lost time days. 3.2.5��� CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT) - The Army's lockout/tag out program, as specified in the EM-385-1-1, shall be followed in addition to the requirements in the following paragraph and the Dredge WHEELER's program, see attachments. 3.2.6��� SUPPLEMENT TO EM-385-1-1, PARAGRAPH 12.A.01 - Before an individual performs any servicing, maintenance or construction on a system where the unexpected energizing, start up, or release of kinetic or stored energy could occur and cause injury or damage, the system shall be isolated in accordance with the requirements of this section.� In the case where the potential to cause injury or damage does not exist until some point after a system is already in the process of being serviced, maintained or constructed, the system shall be isolated in accordance with the requirements of this section prior to the development of the hazardous potential or as soon as the hazard becomes known, if it could not have been anticipated. 3.3������ INSURANCE - The Contractor shall procure, submit evidence of, and maintain throughout the entire period of performance under this contract, the following minimum level of insurance: 3.3.1��� Worker's Compensation and Employer's Liability Insurance. The Contractor shall comply with all applicable worker's compensation statutes of the State of Louisiana, and shall furnish evidence of the Employer's Liability Insurance in the amount of not less than $100,000. 3.3.2��� General Liability Insurance.� Bodily injury liability insurance in limits of $500,000 per occurrence on the comprehensive form of policy. 3.3.3��� Automobile Liability Insurance.� Minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage.� All vehicles to be used in the performance of this contract shall be expressly designated in the insurance policy.� A copy of the list ofsuch vehicles shall be submitted to the Contracting Officer.� In the event that the Contractor acquires a new vehicle for use on this contract after his insurance policy has been obtained, he shall immediately amend his policy to reflect the inclusion of the new vehicle on the policy. 3.3.4��� The Contractor shall submit all required insurance documentation by no later than seven calendar days after receipt of Notice of Award. 3.3.5��� LICENSES AND PERMITS-� The Contractor shall, without additional expense to the Government, be responsible for obtaining any and all necessary licenses and permits, and for complying with any applicable Federal, State and Municipal Laws, codes and regulations applicable to the performance of the work. 3.4������ PERFORMANCE STANDARDS 3.4.1��� Performance based deliverables are described in Table 3.4.1, provided below, along with the associated performance standard and the method of monitoring performance. All work performed shall be monitored by the Government Inspector on a daily basis. The Government may require progress report, depending on the complication of work in the task order. The deliverables identified in Table 3.4.1 will be inspected and tested (if applicable) and either approved or rejected by the Government. The Contractor shall correct all deficiencies in rejected work at no extra cost to the Government unless it is caused by something other than the Contractor�s fault. Table 3.4.1:� PERFORMANCE STANDARDS DESIRED OUTCOMES PERFORMANCE STANDARD MONITORING METHOD INCENTIVE/ DISINCENTIVE 1. After completion of a work item, the final work shall be free of� defects. All work performed shall accomplish the� requirements in the work statement Observation of the Contractor�s activities and workmanship in performing the work. Monitor the Contractor-furnished materials; if needed, randomly request the Contractor to provide purchase invoice to ensure the materials used meet work statement requirements Full payment shall be made for 10...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b93cebdaa8f4c32b15c68e8f9784baa/view)
 
Place of Performance
Address: New Orleans, LA 70118, USA
Zip Code: 70118
Country: USA
 
Record
SN06369174-F 20220626/220624230103 (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.