Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

J -- Main Space Cleaning

Notice Date
7/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-03-Q-66P842
 
Response Due
8/8/2003
 
Point of Contact
Tracy Mandell, Contract Specialist, Phone (206) 217-6767, Fax (206) 217-6976, - Tracy Mandell, Contract Specialist, Phone (206) 217-6767, Fax (206) 217-6976,
 
E-Mail Address
tmandell@pacnorwest.uscg.mil, tmandell@pacnorwest.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-14. This is a small business set-aside procurement. The contract will be awarded as a firm fixed price supply contract using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard has a requirement to procure the following items for the USCGC POLAR STAR. Cleaning will be required in the Motor Room (5-171-0-E), Motor Gear Room (5-143-0-E) and Turbine Room (5-113-0-E). It is intended that the contractor clean from the overhead to the bottom of the bilges and bulkhead to bulkhead. 1.) Contractor shall provide all labor, materials and equipment to accomplish the following: Prior to the start of work protect passageways and decks where hoses or equipment are led through the ship. Provide a “spray-tight” seal with plastic wrap on the following, electrical/electronic equipment as directed by the Coast Guard Inspector including but not limited to: All non-watertight junction boxes, outlets, controllers, alarm panels, sensors, motors (protect Main Motors as appropriate), lighting fixtures, smoke/fire detectors, speakers, horns, and tank level indicators. 2.) Contractor is to use a dielectric non-emulsifying solvent that will not damage any electrical components, will not cause grounds and will not contaminate the bilges. The solvent must have a dielectric strength of at least 2000 volts. (C-solv is 48K). The solvent must be safe for electrical components. The solvent must be an effective degreaser. The solvent must leave no residue. The solvent must be non-emulsifying, or provide a thorough bilge cleaning. The solvent must be RCRA non-hazardous. It is anticipated that the resulting waste-water be non hazardous. If waste-water tests as RCRA hazardous coordinate with Coast Guard Inspector to arrange for disposal through ISC Seattle. 3.) Starting at the top of the space(s), clean all surfaces including piping bulkhead to bulkhead, overhead to and including the bilge and bilge limber holes of all grime oils and debris. Wire ways shall be considered surface areas to be cleaned. Wire-ways shall not be exposed to a prolonged, direct spray. The contractor shall clean the bilge, being responsible for disposal of all waste-water cleaning water, and debris. 4.) Contractor and Coast Guard Inspector shall conduct a joint inspection of effected spaces prior to and at the completion of work. The work shall be considered complete when the specified surfaces are free from all oil, grime, film and debris to the satisfaction of the Coast Guard Inspector. The contractor shall then remove plastic wrap from remaining equipment and use a mild detergent to wipe/clean exposed equipment. Once cleaning of equipment is complete the contractor shall then clean the bilge thoroughly being responsible for removal and disposal of wastewater, cleaning water and debris. 5.) Safety/Personal Protection Equipment (PPE): Contractor shall follow all safety provisions of the applicable Material Safety Data Sheets (MSDS) and shall supply all (MSDS) to the Coast Guard Inspector prior to the start of work. The Contractor shall meet all local, state and federal safety requirements. 6.) Ventilation: Contractor shall be responsible for ventilating space(s) while completing cleaning. Contractor shall monitor explosive and oxygen limits while conducting cleaning. NOTE: Contractor may have access to use of onboard ventilation during cleaning if it meets MSDS requirements and Contractor receives Coast Guard Inspector approval prior to the start of work. Hazardous material: Contractor shall meet all local, state and federal requirements for use and disposal of solvent, cleaning water, wastewater and debris. Ships point of contact: MKC David Kautz (206-217-6260) Ship check is recommended prior to bidding. Contract dates: Sep 15th 2003 through Oct 3rd 2003. SOLVENT REQUIREMENTS · The solvent must have dielectric properties. · The solvent must be safe for electrical components. · The solvent must be an effective degreaser. · The solvent must leave no residue. · The solvent must be non-emulsifying. The solvent must be RCRA non-hazardous. All companies should include Tax Information Number, and DUNS Number with quote. Place of performance is USCGC POLAR STAR, Seattle, WA 98134-1192. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 8 Aug 03, 1000 hrs. Quotations received after that date will not be considered. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commerical Items (OCT 2000). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUL 2002) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (APR 2003). The following clauses listed in 52.212-5 are incorporated: 52.222-20, Walsh-Healey Public Contracts Act (DEC 1996); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246) (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a – 10d) (JUN 2003);52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (JUN 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). Closing date/time for submission of quotations is 8 Aug 03 at 10:00 am PDT. Submit to USCG MLCPAC, 14 S. Massachusetts St., Bldg 8, Seattle, WA 98134, Attn: Tracy Mandell. Electronic offers submitted via FAX to 206-217-6976 Attn: Tracy Mandell or by email to tmandell@pacnorwest.uscg.mil are acceptable and strongly encouraged. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), short-term Lending Program (STLP) offers working capital financing in the form of lines of credit to inane accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/VPLMLCP/DTCG85-03-Q-66P842/listing.html)
 
Place of Performance
Address: 14 S. Massachusetts St., Seattle, WA
Zip Code: 98134-1192
Country: usa
 
Record
SN00417063-F 20030831/030829223628 (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.