Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

35 -- Water Jet Blasting Services

Notice Date
9/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
DTCG40-03-Q-40072
 
Point of Contact
Kathy Brown, Contract Specialist, Phone 410-762-6604, Fax 410-762-6056, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
 
E-Mail Address
KEBrown@elcbalt.uscg.mil, dmonk@elcbalt.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
17. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in far Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quote (RFQ). The solicitation number is DTCG40-03-Q-40072. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27). This is 100% Set-Aside for HUBZone. The associated North America Industry Classification System (NAICS) Code is 56291 and the business size standard is $12.0. THERE WILL BE A MANDATORY ONE TIME SITE VISIT ON 03 OCTOBER 2000 AT 9:00 AM AT THE U.S.C.G. YARD, BLDG 58, 2ND FLOOR, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226. ALL OFFERORS SHALL CONTACT KATHY BROWN, 410-762-6604 OR DAVID MONK AT 410-762-6456 NO LATER THAN 5:00 PM ON 02 OCTOBER 2002 IF YOU PLAN TO ATTEND. This is a Fixed Price Service requirement. Contractor shall quote as one (1) Job. The contract shall provide high pressure water jet blasting of various compartments of the CGC Eagle. Contractor shall achieve a degree of cleaning equal to the NACE WJ-2 standard that is similar to SSPC SP-10 or neat white blast and areas not accessible or conducive to water blasting shall be power tool prepared to a conditions of SP-11 to provide 100% paint removal in the listed compartments. The compartments listed contain lead paint on overhead and shell surfaces, therefore protective covering shall be used to protect the electrical control boxes, cabling, piping and any other interferences to prevent water damage and paint over spray contamination. The protective covering must be adequate for the ultra high pressure water blasting. The contractor shall filter all process water and dispose of all lead contaminants and process water and protective coverings. The decks do not contain lead paint. The compartments with surface areas are as follows: PAINT LOCKER, I-FP-2-4 and I-FP-1-A includes the accessible void at the forward end of the compartment, deck, overhead, shell and bulkheads. Some piping and shelving shall remain. The shelving will require paint removal, 1600 SF; FORWARD ISSUE, I-60-A includes deck, overhead, shell and bulkheads, 1700 SF; BOSUN?S SOTRES, 2-FP-0-A includes deck, overhead, shell, void and bulkhead, 1600 SF; CHAIN LOCKER, 3-6-0-Q includes entire chain locker and sump area. This compartment shall require slurry blasting to ensure a 1.5 to 3.5 surface profile, est. 1500 SF; CADET MESS DECK, 2-49-0-L includes overhead, shell and deck, est. 3500 SF; CPO MESS AND BERTHING/CREW?S LOUNGE, 2-31-2-L AND 2-25-1-L includes overhead, deck and shell, est. 3500 SF; CADET HEAD/CADET SHOWERS, 1-18-0-L AND 1-10-2-L includes shell, bulkheads, deck and overheads, est. 2000 SF; ENGINEER?S STORES, 4-10-0-A includes shell, overhead, bilge areas, deck plate supports and shelving and shelving supports, est. 1900 SF; DRY STORES, 4-25-0-A includes shell, overhead, bulkheads, deck plate supports, shelving, shelving framework and bilges, est. 3700 SF; PUMP ROOM, 4-63-0-E includes bilges to deck area, est. 1000 SF; SHAFT ALLEY, 4-90-0-E to include only the bilge areas up to the deck plate level, est. 800 SF; ENGINE ROOM, 4-75-0-E to include shell, overhead and bilge areas. Contractor shall clean the bilge surfaces before water blasting to assure grease and oil free surface. A black light test shall be done by the Contractor to verify grease and oil free conditions, est. 6400 SF; GENERATOR ROOM, 4-68-0-E to include the starboard shell only from the overhead to 18? below the deck plate level, est. 300 SF. Contractor shall provide all services, personnel and equipment. Contractor shall comply with 29 CFR 1915(OSHA Shipyard Industry Standard). Contractor shall begin work at the U.S. Coast Guard YARD, 2401 Hawkins Point Road, Baltimore, MD 21226-5000 within 2 days of notification by the Contracting Officer. The FOB point is Destination. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999)- award will be made to the Offeror proposing the best value to the Government considering technical acceptability, price, and past performance, The specific evaluation criteria to be included in paragraph (a) of the provision are as follows: Technical, past performance and price. If technical and past performance is approximately equal price may then become important. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal a list of equipment. Past performance will be evaluated based pass/fail performance of the last two (2) years. Past performance will consider the ability to meeting delivery schedules of service/maintenance reputation. Offerors must include records of three recent sales and identify a point of contact from each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Government will provide a source of water, compressed air, electrical power, and material handling services to load and unload Contractor machinery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) to include Alt I (Oct 2000), Alt I (Oct 2000), These certifications must be included with quote. FAR 52.225-4 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program Certificate Alternate I (Feb 2000); FAR 52.212-4 Contract Terms and Conditions -Commercial Items (Dec 2001) with the following addendas: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.207-4 Economic Purchase Quantity Supplies (Aug 1987); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated, FAR 52.247-34 F.O.B. Destination Evaluation (Apr 1984), FAR 52.246-15 Certificate of Conformance (APR 1984) and the Coast Guard required Airworthiness Certification Requirements.; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (Dec 2001), FAR 52.222-3, Convict Labor (E.O. 11755), FAR 52.233.3 Protest After Award, FAR 52.203-b, Restrictions on Subcontractor Sales to the Government, with ALT I (41 U.S.C. 256g and 10 U.S.C. 2402), FAR 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.2230-9 Estimate of Percentage of Recovered Material Content for EPA-Designation Products (42 U.S.C. 6962( c)(3)(A)(ii), Alt I FAR 52.223-9 (42 U.S.C. 6962(i)(2)(C), FAR 52.225-1 Buy American Act-Supplies (41 U.S.C. 10a ? 10d); FAR 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722,12724,13059,13067,13121 and 13129); FAR 52.225-15 Sanctioned European Union Country End Products (E.O. 12849) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving Award; FAR 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq), FAR 52.222-44 Fair Labor Standards Act and Service contract Act-Price Adjustments (29 U.S.C. 206 and 41 U.S.C. 351, et seq); FAR 52.222-47 SCA Minimum Wages and Fridge Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq). ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov. Quotes may be submitted on company letterhead stationary and must include the following information: Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) of copies can be obtained at www.arnet.gov. This requirement will be awarded on an all or nothing basis. The closing date and time for receipt of offers is 04 October 2002, 1:00 PM Eastern Time. E-mail quotes are acceptable, email to kebrown@elcbalt.uscg.mil. Contact Kathy Brown at (410) 762-6604 for questions regarding this solicitation.
 
Place of Performance
Address: U.S. Coast Guard YARD, 2401 Hawkins Point Road, Baltimore
Zip Code: 21226-5000
 
Record
SN00177510-W 20020929/020927213354 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.