Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

J -- DOCKSIDE REPAIR USCGC PENOBSCOT BAY (WTGB 107)

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-04-Q-3FAU39
 
Response Due
9/8/2004
 
Archive Date
9/23/2004
 
Point of Contact
Mildred Anderson, Contracting Officer, Phone (757)628-4637, Fax (757)628-4675, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
 
E-Mail Address
manderson@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO OFFERORS The Maintenance and Logistics Command Atlantic, Naval Engineering Division will be implementing the SSPC QP 1 in solicitations issued on and after October 1, 2004. The proposal was posted to FEDBIZOPPS in July 2004 through August 13, 2004. The industry and ship repair companies provided few comments. To provide background to our pool of offerors, the below is provided as background and notification of the upcoming change. Proposal to Implement Painting Contractor Certification Program (PCCP) Adapted from an article by Mr. Paul Beausejour, Naval Engineer USCG, Naval Engineering Division, Norfolk, VA (2004) Background. Historically, the Maintenance and Logistics Command Atlantic (MLCA) has been plagued with pre-mature coating failures on surfaces deemed ?critical-coated? surfaces i.e. bilges, u/w body surfaces, potable water tanks, flight deck surfaces, etc?Such coating failures typically lead to a loss of cutter operational days and increase contract costs. When confronting pre-mature coating failures, in most cases, MLCA is dealing with smaller type shipyards. As a result of careful investigating, these failures are often attributed to a lack of Quality Control (QC) in said yards. What we have done and are doing. MLCA has attempted to remedy this problem by including a variety in-process quality control requirements in coating specifications; in addition, over the past 5 years, one of our main efforts has been that of requiring contractors to hire Technical Representatives/Coating Inspectors, who are professionally trained (at a minimum), to the National Association of Corrosion Engineers (NACE) coating Inspector Session I., to oversee all aspects of critical coating applications. Unfortunately, due in part to the difficulty of enforcement in the field, this effort has been, largely, unsuccessful. An additional contributing factor is contractor use of free technical services from coating manufactures - a practice recently prohibited in our specifications. What we propose as a next step. As is currently required by NAVSEA and various other major facility owners, the next logical step, in addressing this problem, is to require contractor certification. In our view, the Painting Contractor Certification Programs (PCCP), developed and managed by the Society for Protective Coatings (SSPC), would be the appropriate certifying medium. The SSPC programs are based on consensus standards developed by a diverse committee of industry professionals; they are nationally recognized independent contractor evaluation programs. They are also a handy pre-qualification tool, developed by SSPC, for facility owners and others who hire industrial painting contractors. Among several of the certification programs, the ?QP-1? program, at a minimum, involves reviewing the painting contractors? primary ability to provide quality work (surface preparation and protective coating application), and assessing contractor conformance with applicable safety, health and environmental compliance standards. Certification particulars. Initial certification costs are between $5000 and $7500; annual renewal is required at a minimal cost to the contractor. Consequences for certified contractors who violate established safety, quality, environmental, and or ethical practice standards of performance include (but are not limited to) the following: warnings, probationary periods, suspensions or revocation of certification by the SSPC. Enforcing the PCCP requirements. The MLCA recognizes the importance of maintaining a broad contractor base. In fact, as part of the PCCP implementation, we would actively engage contractors by providing advance notification of intent to use the ?QP-1? program as a qualifying factor. Specifically, all prospective bidders for preservation work for the aforementioned critical-coated surfaces could expect advance notice of six months to one year to facilitate their compliance efforts. The notice would read was follows: ?Notice To Contractors: This is to advise all concerned parties that all Maintenance and Logistics Command Atlantic (MLCA) commercial availability projects advertised on or after 01 October 2004 will require that any contractors engaged in surface preparation and coating application be certified by SSPC to the requirements of SSPC-QP 1, prior to contract award. The MLCA retains the option of including these requirements in any projects advertised prior to the listed date above. Information on the SSPC certification programs can be found at www.sspc.org?. The vessel procurement branch (vpl) would enforce the PCCP requirements in a manner that is fair and equitable. Rules for certification and re-certification have been established by SSPC to provide a reasonable amount of time for all parties to perform the required tasks; however, SSPC can provide temporary extensions where "good-faith" efforts have not succeeded in fulfilling all requirements. The policy of enforcement of the basic PCCP requirement, initially, and for fostering continuous certification would be as follows: Contractors would be allowed to work during their certification period only. Upon expiration of the certification, work would be stopped and would re-start only upon presentation of a valid certification, or written certification extension, from SSPC. No grace period would be allowed and liquidated damages would not be waived for non-performance due to expired certification. Placing Requirement for PCCP in Project Specification. At the time of implementation, the ?General Requirements? item would be amended with a paragraph that conveys the intent of PCCP implementation; it would read as follows: ?All contractors and subcontractors that perform surface preparation or coating application shall be certified by the Society for Protective Coatings (SSPC) to the requirements of SSPC QP 1 prior to contract award, and shall remain certified while accomplishing any surface preparation or coating application. The painting contractors and painting subcontractors must remain so certified for the duration of the project. If a contractor's or subcontractor's certification expires, the contractor will not be allowed to perform any work until the certification has been reissued. Requests for extension of time for any delay to the completion of the project due to an inactive certification will not be considered and liquidated damages will apply. Notify the KO of any change in contractor certification status?. Conclusion. The SSPC certification programs would offer the MLCA the advantage of knowing that the industrial painting contractors who are working on its projects have the experience, knowledge and equipment to produce quality work in accordance with the local, state and federal guidelines for safety, health and environmental compliance. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24 effective 06/18/04. The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code 336611 with a Small Business Size Standard of 1000 employees. Solicitation number HSCG80-04-Q-3FAU39 applies. A Firm Fixed Price Purchase Order is anticipated. Place of Performance: USCGC PENOBSCOT BAY (WTGB 107), 427 Commercial St, Boston, MA 02109. The Period of Performance will be from the anticipated award date of 9/9/04 thru 9/24/04. (All work under this procurement must be completed by 9/24/04 at 9:00 AM). Contractors may be required to work overtime, double time and weekends to complete all work under this procurement by September 24, 2004 at 9:00 AM. CSMP 03-010: Renew Anchor Locker Contractor to provide all equipment, labor, materials, parts, services, including all travel and shipping costs as necessary to sandblast the entire Anchor Locker up to and including hawse pipe to white metal (SSPC-SP-5/NACE). Contractor to inspect area for stress cracks and other symptoms of fatigue. Contractor to provide 100 point ultrasonic testing. Test points to be determined by ship?s inspector. Contractor to prime and paint entire area as per the coatings and color manual, COMDINST M10360.3B. Contractor to be responsible for removing and disposing of all associated hazardous waste and left over materials associated with project in accordance with local, state and federal regulations. Vessel to remove and replace anchor chain. Anchor locker is a confined space and needs to be gas freed by the contractor prior to and during project as per MLCA Standard Spec 2004 Edition. CSMP 03-013: Renew Paint Locker Insulation and Inspect Contractor to provide daily accessible storage for hazardous materials normally stored in paint locker. Contractor to remove all insulation and dispose. Contractor to inspect framing for corrosion. Contractor to conduct 100 point ultrasonic test to be determined by ship?s inspector as to each location within the paint locker. Contractor to sand blast to white metal (SSPC-SP-5/NACE) and/or replace any wasted metal areas found as a result of the inspection. Contractor to wrap/protect wiring and other installed systems, should sandblasting be required. Contractor to remove metal combing around base of chain locker within paint locker. Contractor to prime and paint metal surfaces as per the coatings and color manual, COMDTINST M10360.3B. Contractor to procure and install fabric insulation in overhead and starboard and port framing from bottom of framing longitudinal to overhead. Contractor to be responsible for removal and disposal of associated hazardous waste and materials in accordance with local, state and federal regulations. Interferences: wiring, CO2, Fire Fighting system, Shelving, lighting. Area needs to be gas freed by the contractor prior to and during project as per MLCA Standard Spec 2004 Edition. CSMP 03-014: Renew Boatswain?s Hold Contractor to remove sheathing and insulation from port and starboard framing and overhead. Contractor to protect overhead wiring , lighting, installed machinery, soft piping and cabinets and any other interferences. Inspect framing for corrosion, sand blast and/or renew wasted areas as needed. Should sandblasting be required, request white metal blasting (SSPC-SP-5/NACE). Request 200 ultrasonic test points throughout boatswain?s hold area. Locations to be determined by ships inspector. Contractor to remove combing at frame base throughout the boatswain?s hold. Contractor to prime and paint all surfaces. Contactor to renew insulation in overhead and seal with fabric covering. Metal sheating not to be re-installed or re-newed. Frames to be left without insulation. Contactor is responsible for the removal and disposal of all associated hazardous materials and waste associated with the project in accordance with local, state and federal regulations. Contractor to provide accessible storage area for equipment and tools taken from Boatswain?s hold for duration of the contract. BASE ITEMS: CLIN 0001 CSMP 03-010: Renew Anchor Locker 1 JOB $__________ CLIN 0002 CSMP 03-013: Renew Paint Locker Insulation and Inspect 1 JOB $__________ CLIN 0003 CSMP 03-014: Renew Boatswain?s Hold 1 JOB $__________ CLIN 0004 TRAVEL AND PER DIEM 1 JOB $ __________ TOTAL PRICE $ _________________ NOTE: Vendors shall provide an itemized parts list with their quote, as well as a Gantt Chart which represents timeline for work completion. Quotes to be submitted FOB Destination. Inspection and Acceptance is at destination. Vendors should include warrantee terms and conditions and prompt payment discounts with their quotation. Evaluation and Award: Provision FAR 52.212-2 will not be used for this acquisition. The government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the lowest total price. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.dhs.gov/dhspublic. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (SEP 1990) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JULY 1997) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Disclosure of Conflicts of Interest (DEC 2003) HSAR 3052.217-90 Delivery and Shifting of Vessel (DEC 2003) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of Liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (DEC 2003) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 HSAR 3052.242-72 Dissemination of Contract Information (DEC 2003)Contracting Officer?s Technical Representative (DEC 2003) CONTRACTING OFFICER?S AUTHORITY No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.217-95, Liability and Insurance (USCG) (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairer?s Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United State?s Longshoremen?s and Harbor Worker?s Act. 4. Full insurance coverage in accordance with the State?s Workmen?s Compensation Law (or its equivalent) for all places of performance under this contract. CONTRACT DEFICIENCY REPORT The Contracting Officer or Contracting Officer Representative (COR) may issue a Contract Deficiency Report, Form MLCA(v)005-1. The Contractor shall respond in writing within 24 hours of receipt, unless otherwise approved the Contracting Officer, to the COR. The COR will comment on the contractor?s response and will forward the Deficiency Report and comments to the Contracting Officer, with a copy to the contractor, MLC(vr), the NESU and Program Manager. The Contracting Officer will make the final response to the contractor in writing. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential quoters who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the quoter should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, D.C. 20593 Telephone (202)267-2285 FAX: (202)267-4011 Potential quoters should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation number, Contracting Office, Contracting Officer, and solicitation closing date. Defense Priorities and Allocations System (DPAS) Rating: DO A3 Refer questions to Mia Robinson, Contract Specialist (757)628-4654 or Vanessa Nemara at (757)628-4634. Quotes must arrive no later than 2:00 p.m. (Eastern Time) September 8, 2004. Quotations may be sent via the US Postal Service or hand delivered to: Commanding Officer (vpl-1), USCG MLC Atlantic, ATTN: Mia Robinson, 300 E. Main Street, Suite 600, Norfolk, VA 23510. As per FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997), offerors may submit facsimile quotes as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. The telephone number for receiving facsimiles is: 757-628-4676 or 757-628-4675.
 
Place of Performance
Address: USCGC PENOBSCOT BAY (WTGB 107), 427 Commercial St, Boston, MA 02109
Zip Code: 02109
Country: US
 
Record
SN00662858-W 20040903/040901211554 (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.