SOURCES SOUGHT
J -- Maintain and transport Navy-owned shielded shipping containers (casks)
- Notice Date
- 4/27/2023 7:36:43 AM
- Notice Type
- Sources Sought
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N42158-23-RFI-CASK
- Response Due
- 5/31/2023 7:00:00 AM
- Archive Date
- 08/03/2023
- Point of Contact
- Elizabeth A. Crocker, Phone: 7573961949, Fax: 7573969866, Tina Jaurequi, Phone: 7573962207
- E-Mail Address
-
elizabeth.a.crocker.civ@us.navy.mil, tina.m.jaurequi.civ@us.navy.mil
(elizabeth.a.crocker.civ@us.navy.mil, tina.m.jaurequi.civ@us.navy.mil)
- Description
- Norfolk Naval Shipyard (NNSY) CVN Industrial Repair Contracting Division, Fleet Support Branch (Code 432) is conducting a market survey to determine the availability of Large or Small businesses capable of providing contractor services to maintain and transport Navy-owned shielded shipping containers (casks) used in support of nuclear submarines and prototype reactors in accordance with the draft Statement of Work. As stated earlier, no formal solicitation exists for this requirement, though one may be issued in the near future. The purpose of this notice is conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10, which encompasses market research to identify vendors who are capable and would be interested in the above-described requirement. The NAICS Code for this requirement is 484230, Specialized Freight (except Used Goods) Trucking, Long-Distance, and the Small Business Size Standard is $30.0M. The proposed contract is anticipated to be a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. The period of performance for this requirement will be a 12-month base year and four one-year option periods.� This contract is estimated to begin in July 2024. Responding contractors shall provide relevant past performance on same/similar work dating back 5 years and capability statement detailing their technical expertise in the mission areas. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary mission area expertise and experience to compete for this acquisition. In addition to the above mission areas, contractors should specifically address their ability to recruit and retain employees with up to Secret clearances.� Contractor�s response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees and revenue for the past 3 years. Standard company brochures will not be reviewed. All submissions shall be in a Microsoft compatible format. Submissions are not to exceed six (6) typewritten pages and shall be prepared in no smaller than 10-pitch (font), single-spaced with no less than a one inch margin on all sides. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. The Government will use the results of this announcement to determine whether or not to proceed with acquisition as sole source, or if full and open competitive procedures should be utilized. Reponses to this Request for Information should reference N42158-23-RFI-CASK and shall be submitted electronically to Elizabeth Crocker at elizabeth.a.crocker.civ@us.navy.mil no later than 10:00 AM EDT on 31 May 2023. All technical questions and inquiries may be submitted within the response.� The Government does not anticipate providing answers to submitted questions; however, questions will be considered when developing the solicitation.� Please also include the company name, address, POC name, phone number, fax number and e-mail, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEM, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION SUBMITTED OR FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION. STATEMENT OF WORK Navy-Owned Shielded Shipping Containers � Maintenance and Transportation Scope.� This Statement of Work covers the effort necessary to maintain and transport Navy-owned shielded shipping containers (casks) used in support of nuclear submarines and prototype reactors.� The Navy-owned Type A and Type B shielded shipping containers have the following dimensions and weights: Type A shipping container (Model CNS 14-195H) � 90-inches in height and 96-inch by 96 inch base plate.� Approximate empty weight is 39,650 lbs.� There are two (2) Navy-owned Type A shipping containers. Type B shielded shipping container (Model CNS 10-160B) � 130-inches in height and 102-inches in diameter.� Approximate empty weight is 57,500 lbs.� Dimensions and weight include impact limiters.� There are four (4) Navy-owned Type B shipping containers. �Applicable Documents. NAVSEA 0989-030-7000, Rev 13, Lifting Standard NAVSEA T9074-AS-GIB-010/271, Chg Notice 1, Requirements for Nondestructive Testing Methods MIL-STD-2035A, Nondestructive Testing Acceptance Criteria 10 CFR 20, Standards for Protection Against Radiation 10 CFR 71, Packaging and Transportation of Radioactive Material 49 CFR 391, Qualifications of Drivers and Longer Combination Vehicles (LCV) Driver Instructors 49 CFR 393, Parts and Accessories Necessary for Safe Operation 49 CFR 396, Inspection, Repair, and Maintenance ASNT SNT-TC-1A, Personnel Qualification and Certification in Nondestructive Testing Requirements. General Requirements. �In this document Nuclear Support Facilities Planning Yard, Norfolk Naval Shipyard, the Navy, and the government are terms that are used interchangeably.� The contractor shall have and maintain a license, issued by the Nuclear Regulatory Commission (NRC) or an agreement state, authorizing the contractor to receive, acquire, possess and transfer small quantities of radioactive material which may be present in residual amounts in empty casks or may be present as surface contamination on empty casks and trailers. In accordance with paragraph 2.5, maintenance and repair of NRC-approved (Type B) containers may be performed only under an NRC-approved quality assurance (QA) program.� Therefore, the contractor shall have and maintain an NRC-approved QA program. The Contract Period of Performance will be for a base period of twelve (12) months with four (4) twelve (12) month option periods for a total of five (5) years.� Nuclear Support Facilities Planning Yard (Norfolk Naval Shipyard Code 2380) reserves the right to witness at any time the testing and maintenance of equipment addressed in this contract at contractor work sites. The government will provide delivery dates and locations for each task order.� The contractor shall be able to accomplish routine maintenance in preparation of shipment (items 3.1.7.1 through 3.1.7.7 in the list of services described below, when stipulated by the task order) for each task order within twelve working days.� The time required to transport the cask from the contractor�s cask maintenance facility to the delivery location is not included in this fifteen working day period. The required contractor services are described in the following list.� Detailed descriptions of the services are provided in paragraph 3.2. The contractor shall perform routine periodic maintenance of government owned Type A shipping containers.� Unit of issue is one (1) each, not to exceed four (4) per year. The contractor shall perform routine periodic maintenance of government owned Type B shipping containers.� Unit of issue is one (1) each, not to exceed eight (8) per year. The contractor shall perform nondestructive examination (NDE) of Navy-owned Type A shielded shipping containers.� Unit of issue of one (1) each, not to exceed four (4) per year. The contractor shall perform NDE of Navy-owned Type B shielded shipping containers and their associated transport trailer tie-down attachments.� Unit of issue of one (1) each, not to exceed eight (8) per year. The contractor shall install low pressure resin catch tanks into Type A shipping containers.� The low pressure resin catch tank will be provided by the government, separate from this contract.� Unit of issue is one (1) each, not to exceed four (4) per year. The contractor shall install low pressure resin catch tanks into Type B shipping containers.� The low pressure resin catch tank will be provided by the government, separate from this contract.� Unit of issue is one (1) each, not to exceed eight (8) per year. The contractor shall perform routine periodic maintenance on Navy-owned shipping container transport trailers.� Unit of issue is one (1) each, not to exceed twelve (12) per year. The contractor shall conduct load testing of Navy-owned Type A shielded shipping containers.� Unit of issue is one (1) each, not to exceed two (2) per year. The contractor shall conduct load testing of Navy-owned Type B shielded shipping containers.� Unit of issue is one (1) each, not to exceed four (4) per year. The contractor shall perform non-routine repainting and refurbishment of Navy-owned Type A shielded shipping containers.� Unit of issue is one (1) each, not to exceed two (2) per year. The contractor shall perform non-routine repainting and refurbishment of Navy-owned Type B shielded shipping containers. �Unit of issue is one (1) each, not to exceed four (4) per year. The contractor shall perform non-routine repainting and refurbishment of government-owned transport trailers.� Unit of issue of one (1) each, not to exceed four (4) per year. The contractor shall provide transportation of the shipping container for delivery from the contractor�s cask maintenance facility to a delivery site listed in paragraphs 3.1.7.13.1 through 3.1.7.13.12 below, and upon completion of use by the Navy the contractor shall provide return transportation from the disposal site (US Ecology Washington State burial site or Energy Solutions Clive facility) or from the processing site (Energy Solutions Bear Creek facility) to the contractor�s storage facility.� Full delivery address (street address, building number, delivery point of contact) will be provided in each task order.� Unit of issue is one (1) round trip, not to exceed twelve (12) per year.� NRMD Subase New London ������� Groton, CT 06349 Pearl Harbor Naval Shipyard and IMF Pearl Harbor, HI 96860 NRMD, Kings Bay Kings Bay, GA 31547 Puget Sound Naval Shipyard and IMF Bremerton, WA 98314 Knolls Atomic Power Laboratory Ballston Spa, NY 12020 Portsmouth Naval Shipyard Kittery, ME 03904 NRMD CIF Bangor, WA 98315 Naval Base, Point Loma San Diego, CA 92136 Norfolk Naval Shipyard Portsmouth, VA 23709 General Dynamics Electric Boat Groton, CT 06340 Huntington Ingalls Newport News Shipbuilding Newport News, VA 23607 NPTU Charleston Naval Base Goose Creek, SC 29445 The contractor shall provide storage for up to six (6) Navy-owned shipping containers and transport trailers for up to twelve (12) months per year.� The contractor shall accommodate limited transportation delays (up to three (3) hours) at origin and destination sites at no cost to the government.� The contractor shall provide hourly rates for cases where the limits are exceeded.� Delays caused by the contractor shall not apply. The contractor shall provide on-site technical representative services when stipulated in a task order by the Navy to provide emergent repairs or maintenance to casks, transport trailers, and associated equipment at Navy sites.� The government shall determine the scheduling, extent and duration of this support. The contractor engineering and/or repair personnel shall be available to depart for on-site support within seventy-two (72) hours of notification by the government. The contractor shall perform non-routine repairs and replacement of shielded shipping container equipment or transport trailer equipment on an as-needed basis. Specific Requirements. Periodic Maintenance of Government Owned Type A Shielded Shipping Containers. The contractor shall perform periodic maintenance on the shipping container and peripheral equipment such that no routine maintenance, including gasket replacement for the primary and secondary lids, comes due within ten (10) months from the delivery date.� The government owned equipment to be maintained consists of the Type A shipping container (including its primary and secondary lids, lid gaskets, label plates, painted identifications and match marks, rain cover, lid fasteners, cask tie-down fasteners, rain cover tie-down chains and binders, placards, all integral lifting attachments, and the cask internal shoring).� The contractor shall ensure that no deficiencies exist on the above named government owned equipment and that replacement components comply with the form, fit, and functional requirements specified on the shipping container�s fabrication drawings.� The contractor shall provide a Certification of Compliance for the Type A equipment in accordance with Exhibit A (CDRL A001). The contractor shall load test lifting lugs, padeyes, and fasteners (including those on the large lid, small lid, and rain cover that are load bearing parts during a lift) as required by paragraph 2.1.� The minimum load test shall be 150% (+5%, -0%) of the maximum design total weight to be lifted and shall be held for ten (10) minutes minimum.� If utilizing a four (4) point lift, the contractor shall load test alternate diametrically opposed lifting points at 150% of gross weight (container weight, container maximum payload, and all attachments).� The contractor shall provide a Test/Inspection report for Type A Load Testing in accordance with Exhibit A (CDRL A002). The contractor shall perform nondestructive examination of all fasteners, accessible surfaces of lifting lugs and padeyes, strength welds, and heat affected zones of base metal of strength welds of items that are part of the load bearing members.� The contractor shall perform this work when requested by task order and as a part of the load testing specified in paragraph 3.2.1.2.� The method of nondestructive inspection shall be magnetic particle testing.� Nondestructive examination shall be in accordance with paragraph 2.2.� Acceptance criteria shall be in accordance with paragraph 2.1.� Padeyes and lugs shall be in good condition with no pits or irregularities and have a uniform weld and weld finish.� Threaded or unthreaded holes shall show no signs of cracks, permanent distortion or other damage.� The contractor shall provide a Test/Inspection report for Type A NDE testing in accordance with Exhibit A (CDRL A002). The contractor shall attach a tag to the side of the container listing the capacity of the lifting lugs, padeyes, and fasteners or the maximum designed weight/capacity of the container, the date the most recent periodic load test was performed, and the date the most recent nondestructive examination was performed.� The contractor shall ensure that the empty weight of the container is marked on the container. �The contractor shall remove the primary and secondary lids and install new gaskets.� The contractor shall inspect and clean the gasket seating surfaces.� If damage is found on the gasket seating surface the contractor shall notify the government via the Contracting Officer�s Representative prior to accomplishing repair.� The contractor shall provide a Certification of Compliance in accordance with Exhibit A (CDRL A001). The contractor shall visually inspect the container exterior, including lift lugs and padeyes, for misalignment, dents, scratches, gouges, rust, missing or damaged nameplates, foreign material or other damage.� The contractor shall correct deficiencies found during this inspection. The contractor shall ensure that all painted on identification markings and match marks are legible and in good condition.� The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface. When specified by the task order, the contractor shall refurbish, preserve and repaint the external surfaces of the cask body.� The government shall determine the scheduling, extent and duration of this refurbishment, preservation and repainting.� The contractor shall visually inspect the container interior for dents, scratches, gouges, rust, foreign material or other damage.� The contractor shall notify the government via the Contracting Officer�s Representative of defects prior to accomplishing repair.� The contractor shall install a low pressure resin catch tank into the shipping container.� Upon completion of loading the low pressure resin catch tank, the contractor shall restore the container to the proper shipment configuration and prepare to transport to the requested delivery site.� The contractor shall visually inspect container tie downs and turnbuckles for cracks, deformation or excessive wear.� The contractor shall clean and lubricate equipment.� The contractor shall remove all cask tie down fasteners and visually inspect the fasteners for signs of cracking or other defects.� Visual acceptance criteria for fasteners shall be no signs of cracks, permanent distortion, or other damage.� The contractor shall replace defective materials.� The contractor shall visually inspect the rain cover tie down equipment and tie down lugs for cracks, deformation or excessive wear.� The contractor shall clean and lubricate tie-down equipment.� The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface.� The contractor shall replace defective materials. When touch up painting is required, the same type/color paint shall be used.� To the extent possible, touch up painting should not create areas that are noticeably off color/mismatched. �Periodic Maintenance of Government Owned Type B Shielded Shipping Containers. The contractor shall perform periodic maintenance on the shipping container and peripheral equipment such that no routine maintenance, including O-ring replacement for the primary and secondary lids and container helium leak test, comes due within ten months from the delivery date.� The government owned equipment to be maintained consists of the Type B shipping container (including its primary and secondary lids, lid O-rings, test ports, test port plugs, upper and lower impact limiters, rain cover, lid fasteners, cask tie-down ratchet binders, impact limiter ratchet binders, rain cover fasteners, label plates, painted identifications and match marks, integral and removable lifting attachments, lifting attachment fasteners, cask thermal shield, thermal shield attachment pins, thermal shield hoist ring and fastener, and the cask internal shoring).� The contractor shall ensure that no deficiencies exist on the above named government owned equipment and that replacement components comply with the form, fit, and functional requirements specified on the shipping container�s fabrication drawings.� The contractor shall provide a Certification of Compliance for the Type B equipment in accordance with Exhibit A (CDRL A001). The contractor shall load test lifting lugs, padeyes, washers, and fasteners (includes upper impact limiter lift lugs, secondary lid lift lugs, secondary lid washers and bolts (including spare bolts), cask removable lift lugs, cask lift lug pads, cask lift lug washers and bolts (including spare bolts), thermal shield hoist ring, fastener, washer, nut, and thermal shield hoist ring through hole) as required by paragraph 2.1.� The minimum load test shall be 150% (+5%, -0%) of the maximum design total weight to be lifted and shall be held for 10 (10) minutes minimum.� If utilizing a four (4) point lift, the contractor shall load test alternate diametrically opposed lifting points at 150% of gross weight (container weight, container maximum payload, and all attachments).� The contractor shall provide a Test/Inspection report for Type B Load Testing in accordance with Exhibit A (CDRL A002). The contractor shall perform nondestructive examination of all fasteners, accessible surfaces of lifting lugs and padeyes, strength welds, and heat affected zones of base metal of strength welds of items that are part of the load bearing integrity (includes upper impact limiter lift lugs, secondary lid lift lugs, secondary lid bolts (including spare bolts), cask removable lift lugs, cask lift lug pads, cask lift lug bolts (including spare bolts), thermal shield hoist ring (including fastener and nut), and all material within 1/2 inch of thermal shield hoist ring through hole.� The contractor shall perform this work when requested by task order and as a part of the load testing specified in paragraph 3.2.2.2.� The method of testing shall be liquid penetrant (thermal shield hoist ring, fastener, and through hole only) or magnetic particle testing (all other items).� Nondestructive examination shall be in accordance with paragraph 2.2.� Acceptance criteria shall be in accordance with paragraph 2.3.� Padeyes and lugs shall be in good condition with no pits or irregularities and have a uniform weld and weld finish.� Threaded or unthreaded holes shall show no signs of cracks, permanent distortion or other damage.� The contractor shall provide a Test/Inspection report for Type B NDE testing in accordance with Exhibit A (CDRL A002). The contractor shall visually inspect the secondary lid threaded bolt holes located in the primary lid, the secondary lid bolt through holes, and the cask body lift lug pad threaded bolt holes.� Threaded or unthreaded holes shall show no signs of cracks, permanent distortion or other damage.� The contractor shall provide a Test/Inspection report in accordance with Exhibit A (CDRL A002). The contractor shall visually inspect the primary lid bolts, primary lid through holes, and cask primary lid bolt threaded holes.� Threaded or unthreaded holes shall show no signs of cracks, permanent distortion or other damage.� The contractor shall provide a Test/Inspection report in accordance with Exhibit A (CDRL A002). The contractor shall perform nondestructive examination of the cask body tie down lugs and the cask trailer tie down lugs.� Nondestructive examination shall be in accordance with paragraph 2.2.� The method of nondestructive examination shall be magnetic particle testing.� Acceptance criteria shall be in accordance with paragraph 2.3.� Lugs shall be in good condition with no pits or irregularities and have a uniform weld and weld finish.� The contractor shall provide a Test/Inspection report in accordance with Exhibit A (CDRL A002). The contractor shall affix a tag to the side of the container listing the capacity of the lifting lugs, padeyes, and fasteners or the maximum designed weight/capacity of the container, the date the most recent periodic load test was performed, and the date the most recent nondestructive examination was performed.� The contractor shall ensure that the empty weight of the container is marked on the container. The contractor shall remove the primary and secondary lids and install new O-rings.� The contractor shall inspect and clean the O-ring grooves and seating surfaces.� If damage is found on the O-ring grooves or seating surface the contractor shall notify the government via the Contracting Officer�s Representative prior to accomplishing repair.� The contractor shall provide a Certificate of Compliance for the O-ring Replacement in accordance with Exhibit A (CDRL A001). The contractor shall visually inspect the container exterior, including lift lugs and padeyes, for misalignment, dents, scratches, gouges, rust, missing or damaged nameplates, foreign material or other damage.� The contractor shall correct deficiencies found during this inspection. The contractor shall ensure that all painted on identification markings and match marks are legible and in good condition.� The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface. When specified by the task order, the contractor shall refurbish, preserve and repaint the external surfaces of the cask body.� The government shall determine the scheduling, extent and duration of this refurbishment, preservation and repainting.� The contractor shall visually inspect the container interior for dents, scratches, gouges, rust, foreign material or other damage.� The contractor shall notify the government via the Contracting Officer�s Representative of defects prior to accomplishing repair.� The contractor shall visually inspect the impact limiters (including lift lugs, ratchet binder lugs and meltable fuse plugs) for misalignment, dents, scratches, gouges, cracks, rust, missing or damaged nameplates, foreign material or other damage.� The contractor shall visually inspect impact limiter ratchet binders for cracks, deformation or excessive wear.� The contractor shall correct deficiencies found during this inspection.� The contractor shall clean and lubricate tie-down equipment.� The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface. The contractor shall inspect and clean the leak test ports on the primary and secondary lids.� The contractor shall replace O-rings and perform a helium leak test on the container to qualify the O-rings for use in accordance with the fabricator�s maintenance procedure.� The contractor shall perform a pre-shipment leak test on both the primary and secondary lid O-ring cavity to ensure seal integrity prior to each shipment to the designated delivery site.� Maintenance and testing shall be scheduled such that the primary lid will not be removed after completion of primary lid O-ring cavity air-test).� The contractor shall provide a Test/Inspection report for the Type B Leak Test in accordance with Exhibit A (CDRL A004). Upon completion of loading the low pressure resin catch tank into the Type B container, the contractor shall restore the container to the proper shipment configuration and prepare the container for transport to the requested delivery site.� The contractor shall visually inspect container hold-down ratchet binders for cracks, deformation or excessive wear.� The contractor shall correct deficiencies found during this inspection. The contractor shall clean and lubricate tie-down equipment.� The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface. When touch up painting is required, the same type/color paint shall be used.� To the extent possible, touch up painting should not create areas that are noticeably off color/mismatched. Assembly of Low Pressure Resin Catch Tanks into Government Owned Shipping Containers. The contractor shall install the low pressure resin catch tank into the shipping container.� The installed low pressure resin catch tank shall be shored such that the tank is centered and is placed as high as possible in the shipping container.� The installation of the low pressure resin catch tank in the shipping container shall allow for installation and removal of the low pressure resin catch tank lid through the small shipping container lid opening.� The contractor shall secure the low pressure resin catch tank slings on top of the low pressure resin catch tank using painter�s tape. The contractor shall provide a Certification/Data report for the Type A Tool Box Inventory in accordance with Exhibit A (CDRL A003).� For Type A shielded shipping containers, the contractor shall include the following items in the transport trailer�s tool box: Spare gaskets for primary and secondary lid, one (1) each. Vacuum grease, one (1) tube. Tamper seals and approx. one (1) foot lengths of tamper seal wire, ten (10) each. Milltronics fifty (50) ft. extension cable, provided separately by the government with the low pressure resin catch tank. The contractor shall provide a Certification/Data report for the Type B Tool Box Inventory in accordance with Exhibit A (CDRL A003).� For Type B shielded shipping containers, the contractor shall include the following items in the transport trailer�s tool box: Two (2) spare cask lid bolts. Two (2) spare lift lug bolts. Three (3) cask lid alignment pins. Two (2) spare lift pad set screws. Two (2) spare cask lift lug washers. Two (2) spare cask lid washers. Two (2) spare leak test port plugs. Cotter pins, assorted sizes appropriate for cask tie-downs, two (2) each. Vacuum grease, one (1) tube. Tamper seals and approx. one (1) foot lengths of tamper seal wire, ten (10) each. Milltronics fifty (50) ft. extension cable, provided separately by the government with the low pressure resin catch tank. The contractor shall install numbered tamper proof seals as follows.� The contractor shall provide a Certification Data report for the Tamper Seals in accordance with Exhibit A (CDRL A003). For Type A shipping containers, three (3) tamper seals are required.� The contractor shall install two (2) tamper seals connecting the rain cover to the cask, and one (1) tamper seal on the trailer tool box hasp.� The contractor shall install cask/rain cover tamper seals located approximately 180 degrees from each other near the edge of the rain cover. For Type B shipping containers, six (6) tamper seals are required.� The contractor shall install two (2) tamper seals connecting the rain cover to the upper impact limiter, two (2) tamper seals connecting the upper impact limiter to the shipping container, one (1) tamper seal connecting the lower impact limiter to the shipping container, and one (1) tamper seal on the trailer tool box hasp.� The contractor shall install cask tamper seals at the attachment points provided on the cask fabrication drawing. Maintenance of Government Owned Shipping Container Transport Trailer. The contractor shall ensure that the trailer is in compliance with all requirements of paragraph 2.7 at a minimum.� The contractor shall notify the government via the Contracting Officer�s Representative of modifications or upgrades needed to ensure compliance. The contractor shall ensure that the trailer parking brake engages and operates properly when the trailer is disconnected from the tractor. The contractor shall ensure that all signs or similar warning devices required for highway shipment of the container and all securing hardware and devices needed for securing the container to the trailer are present and all equipment is serviceable and in good working order. The contractor shall remove rust, loose paint and blisters to the maximum extent practical.� The contractor shall perform touch-up painting to carbon steel surface areas where the dimensions of rust or exposed steel exceed � inch or five (5) percent of a contiguous surface.� When touch up painting is required, the same type/color paint shall be used.� To the extent possible, touch up painting should not create areas that are noticeably off color/mismatched. The contractor shall ensure that the trailer has up to date inspections such that any required inspection is performed within ninety (90) days of the delivery date.� The trailer must have an independent mechanical inspection.� This inspection shall be completed prior to arrival at the user site by an independent qualified individual (may not be employed by the carrier or the shipper).� The contractor shall provide a Certification/Data report for the Government Vehicle Inspection in accordance with Exhib...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd90c018d5f4497391fc7e7a3eb56cda/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN06665293-F 20230429/230427230112 (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 |