Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

J -- HubZone Sources Sought Notice for Surface Preparation, Priming, and Painting of Exterior and Interior of US Dredge Wheeler located in New Orleans, LA.

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, New Orleans-Civil, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-03-R-0043
 
Response Due
8/15/2003
 
Archive Date
10/14/2003
 
Point of Contact
Gerald Sanderson, 504-862-1099
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil
(gerald.r.sanderson@mvn02.usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NA The U.S. Army Engineer District, New Orleans, is seeking HubZone sources for the supervision, labor, tools, equipment, ventilation, paint, materials and supplies required to perform surface preparation, priming and painting of the interior and exterior abo ard the US Dredge Wheeler as described in the Description of Work. This Sources Sought Notice is seeking Hubzone sources to determine the appropriateness for Hubzone Set-Aside. The period for demonstrating interest for the proposed solicitation closes at 1:00 P.M. on 15 August 2003. Solicitation No. DACW29-03-R-0043 will be issued as a Request for Proposal (RFP). The applicable North American Industry Classification System (NAICS) code is 238320 and the business size standard is $12,000,000. The requi rement will be procured as a firm fixed price indefinite delivery-indefinite quantity (IDIQ) contract with a base and four option years under FAR 12, Commercial Items. All interested parties should review the following Description/Specifications/Statement of work or request a copy by submitting company??????s name, address, point of contact information, phone number, fax number, and email address by fax to Gerald Sanderson at (504)-862-2892 or email Gerald.R.Sanderson@mvn02.usace.army.mil. Interested par ties must forward contact information to be placed on the mailing list for the solicitation when released. Questions may be directed to Gerald Sanderson at (504) 862-1099 or to the email address above. HubZone companies must be registered with the SBA as a HubZone under the referenced NAICS code to be eligible for award. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis sho uld not be construed as a commitment by the Government for any purpose. NOTE: Contractor must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obt ained by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award. All responsible sources may submit a quote, which will be considered by this agency. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-1. GENERAL. Provide the 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, as described in the following paragraphs. C-1.1 The Dredge WHEELER is an all-steel, sea-going large class hopper dredge. The hull dimensions are as follows: Length Overall 408 feet -3 inches Length B.P. 384 feet -0 inches Breadth Molded 78 feet -0 inches Breadth at Wheelhouse Catwalks 82 feet -0 inches C-1.2 WORK SITE. All work will be performed while the dredge is 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). C-1.3 PERIOD OF PERFORMANCE. These services will usually be required during the year while the vessel is not working. C-2. SCOPE OF WORK. C-2.1 SPACE/AREAS TO BE CLEANED AND PAINTED. The areas to be cleaned and painted will be described in each Task Order. The Contractor will inspect the site prior to each order and familiarize himself with all aspects of the job, to minimize any problems relative to estimation and accomplishment of work. C-2.2 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 Specificat ion 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). C-2.3 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, over spray, and paint drippings must be complete ly 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 over spray. Any area, which is not adequately protected, will be cleaned, t ouched 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 t he Government Inspector prior to commencement of painting work. C-2.3.1 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. C-2.4. 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 fo r 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 suppliers 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 sha ll 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. Th e 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 th ickness. 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 ade quately 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 over spray, drips, or splatters, will be thoroughly cl eaned. 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-furnis hed instrument similar or equal to the approved instruments specified in Military Specification MIL-F-3846 Rev C (ME). C-3. CONDUCT OF WORK C-3.1 QUALIFICATION. Prospective offerors shall be qualified to perform marine coating application with an office and facility within the Gulf of Mexico Coast areas, preferably within 50 miles radius from the Corps of Engineers New Orleans district. C-3.2. 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. C-3.3. 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 departur e 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. C-3.4. 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 G overnment 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. C-3.5. SURFACE PREPARATION AND PAINTING EQUIPMENT. The Contractor shall supply all equipment and materials needed to perform the scope of work in section C-2 in a timely manner. This includes, but is not limited to power grinder, needle guns, power chip pers, power paint sprayers, cleaning hand tools, rollers, brushes, etc. C-3.6. SCAFFOLDING. Provide all scaffolding, planking, rigging, man lift, and ropes necessary to accomplish this scope of work. All such equipment shall meet the requirements of the US Army Corps of Engineers Safety Manual, EM-385-1-1. C-3.7. 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 20,000 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. C-3.8. DISPOSAL OF DEBRIS AND SALVAGE MATERIAL. The Contractor shall be responsible for removing from the vessel and disposing all paint scrapings, chips, debris, empty or partially filled paint cans and blast water generated during the surface preparati on and painting process. 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. C-3.9. 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. The cost of all supplies and materials, including painting equ ipment, 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 separat e 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, ductin g, 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 workweek. For this contract, a workweek begins on Monday and ends on Sunday. ///End of Specifications/Work Statement///
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00390044-W 20030803/030801213814 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.