Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

J -- Dockside repairs to the CGC WILLOW

Notice Date
10/20/2005
 
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
HSCG80-06-Q-3FA211
 
Response Due
10/24/2005
 
Archive Date
11/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation HSCG80-06-Q-3FA211 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. The NAICS code is 336611 with a small business size standard of 1000 employees. This is a small business set-aside. The work shall be performed onboard the USCGC WILLOW (WLB 202), 225 FOOT Sea-going Buoy Tender. Cutter?s homeport is Pier 2, NETC, Naval Station Newport, Rhode Island 02841. The cutter?s point of contact (POC) is CWO Jim Devane who can be reached at (401)841-2944. The performance period is for 16 days commencing 26 OCT 05 and ending 10 NOV 05. Quotes are due on October 24, 2005 by 4:30p.m. EST at U.S. Coast Guard, MLCA, vpl-1, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. For information regarding this acquisition, please contact Mildred Anderson, Contracting Officer, by phone at (757) 628-4637, electronic mail at manderson@mlca.uscg.mil, or facsimile at (757) 628-4676. Quotes may be sent via facsimile, electronic mail or U.S. Mail. CLIN 0001, 1 JOB BASE ITEM: Perfrom deck fitting maintenance, CLIN 0002, 1 JOB, BASE ITEM: Preserve cargo hold deck surfaces, CLIN 0003, 1 JOB BASE ITEM: Preserve buoy working areas STATEMENT OF WORK List of Sketches Work Item Sketch Number Page This section is not applicable to this package. Revisions Record This page is used to record specification revisions, which may have occurred subsequent to a Revision 0 (Rev-0) package. Information listed is intended to provide contractors and field unit personnel a means to ensure all the current specification revision pages are present when reviewing or utilizing this specification package. DATE REV# WORK ITEM# CHANGES MADE NOTE: All work item and paragraph numbers listed above for a given revision correspond to same numbers in the previous revision. This revised specification is self-contained with all of the above listed changes incorporated. List of Applicable References The below-listed documents form a part of this specification to the extent specified herein. Approval/publication dates or revision dates/numbers are also identified, to ensure that same document versions are used at time of specification writing and during contract execution. Electronic copies of the 2004 Edition of MLCA Standard Specifications are available on the Internet and may be accessed at the following Internet Uniform Resource Locator (URL) address: http://www.uscg.mil/mlclant/vdiv/specs/default.htm. Guidance for obtaining copies of all other documents referenced herein is provided in the solicitation. Order of precedence. In the event of conflicts between text of this specification and the applicable references specified herein, order of precedence shall be in accordance with MLCA Standard Specification 0000_STD, paragraph 3.2 (Order of precedence), unless otherwise specified by the Contracting Officer (KO). The Contractor shall immediately notify the KO in writing of any perceived conflicts contained herein. Nothing in these documents, however, supersedes applicable laws and regulations, unless a specific exemption has been obtained. FEDERAL AND MILITARY SPECIFICATIONS AND STANDARDS OTHER GOVERNMENT DOCUMENTS, DRAWINGS, AND PUBLICATIONS DOCUMENTS Coast Guard Maintenance and Logistics Command Atlantic (MLCA), Standard Specification 0000_STD, 2004 Edition, General Requirements Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 0740_STD, 2004 Edition, Welding and Allied Processes Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 1001_STD, 2004 Edition, Temporary Hull Accesses Coast Guard Maintenance and Logistics Command Atlantic (MLCA), Standard Specification 5000_STD, 2004 Edition, Auxiliary Machinery Systems Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 6341_STD, 2004 Edition, Renew Deck Covering Systems DRAWINGS Coast Guard Drawing 225 WLB 601-002; Rev C, Booklet of General Drawings PUBLICATIONS Coast Guard Commandant Instruction (COMDTINST) M10360.3, Mar 2005, Coatings and Color Manual INDUSTRY STANDARDS The Society for Protective Coatings (SSPC) Surface Preparation Specification No.11 (SSPC-SP 11), 2000, Power Tool Cleaning to Bare Metal The Society for Protective Coatings (SSPC)/NACE International (NACE) Joint Surface Preparation Standard SSPC-SP 12/NACE No.5, 2002, Surface Preparation and Cleaning of Steel & Other Hard Materials by High and Ultrahigh Pressure Water Jetting List of Government-furnished Property This section is not applicable to this package. List of Critical Inspection Items The following is a list of work items, which contain Critical Inspection reports, which the Contractor must complete within the first 25% of the availability contract period (see Std Spec 0000_STD, paragraph 3.6.2 (Inspection report particulars)): Work Item Title This section is not applicable to this package. PC_225 WLB (22 Dec 2004) Principal Characteristics 225? WLB Seagoing Buoy Tender Length Overall 225? 0? Depth (main deck at side to baseline) N/A Maximum Beam 46? Height of Highest Projection (above DWL) N/A Frame Spacing 24? up to Fm-30 /22? from Fr-30 to Fm 12 /21? from 12 Forward Full Load Draft 13? Full Load Displacement 2000 long tons Shore Tie Voltage Requirements N/A PROPELLER / SHAFT Number of Propellers 1 Number of Blades per Propeller 4 Diameter of Propeller 10? Pitch controllable Revolutions per Minute (RPM) 254 Shaft Diameter N/A 00000N_FLT 05 (16 Sep 2005) General Requirements 1. SCOPE 1.1 Scope. This item describes the general requirements to be followed by the Contractor while conducting this availability. 2. APPLICABLE DOCUMENTS Coast Guard Maintenance and Logistics Command Atlantic (MLCA), Standard Specification 0000_STD, 2004 Edition, General Requirements Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 0740_STD, 2004 Edition, Welding and Allied Processes Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 1001_STD, 2004 Edition, Temporary Hull Accesses Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 5000_STD, 2004 Edition, Auxiliary Machinery Systems Coast Guard Maintenance and Logistics Command Atlantic (MLCA) Standard Specification 6341_STD, 2004 Edition, Renew Deck Covering Systems Coast Guard Commandant Instruction (COMDTINST) M10360.3, Mar 2005, Coatings and Color Manual 3. REQUIREMENTS 3.1 General. The Contractor shall conform to all requirements specified in Std Spec 0000_STD and in this item, as applicable, during the performance of this availability. NOTICE! The requirements of paragraph 3.1 (General) applies to all work under the scope of this contract, whether explicitly stated in work items or not, and also to all other work subsequently authorized by changes, modifications, or extensions to the contract. 3.2 Contractor-provided fire watch personnel. The Contractor shall provide fire watch personnel and equipment. 3.3 Changes to Std Spec 0000_STD. The Contractor shall be aware of the following changes to Std Spec 0000_STD: 3.3.1 Occupational safety and environmental requirements. Replace paragraph 3.8 (Occupational safety and environmental requirements) and its associated sub-paragraphs from paragraph 3.8.2 on, with the following: 3.8.2 Containment for preservation tasks. The Contractor shall employ suitable methods, to contain all generated dust and paint overspray, during exterior surface preparation and coating application tasks. In addition, comply with all Federal, state, and local public safety and environmental protection regulations applicable to the following issues: Handling and disposal of spent abrasives and wastes generated during paint removal procedures. Protection of the air and waterways during surface preparation and coating application procedures. NOTICE! Containment methods include, but are not limited to the following: 1. Total or mini enclosures. 2. Use of surface preparation tools equipped with vacuum attachments. 3. Water injection into abrasive stream during abrasive blasting, to reduce/eliminate dust. 3.8.3 Asbestos and lead abatement compliance. When a work item requires the removal of asbestos-containing materials, or a coating system with a lead content in excess of 0.06 percent by weight, the Contractor shall accomplish the following: 3.8.3.1 Personnel health and safety ? asbestos. Comply with all applicable Occupational Safety and Health Administration (OSHA) requirements specified in 29 CFR 1915, Subpart B. 3.8.3.2 Personnel health and safety - lead. Comply with applicable OSHA requirements specified in 29 CFR 1915.1025 and 29 CFR 1926.62. 3.8.3.3 Environmental protection compliance. Comply with all Federal environmental protection compliance specified in 40 CFR, Chapter I, in addition to all other applicable state and local regulations. Submit the original copy of all waste disposal manifests to the COR within 24 hours after disposing of all generated lead containing wastes. 3.3.2 Temporary sewage and sanitary facilities. Replace the title and contents of paragraph 3.9, including associated sub-paragraphs, with the following: 3.9 Temporary sanitary and sewage facilities. 3.9.1 Sanitary facility ? disruption of grey water system. When the shipboard grey water system is disrupted due to repairs required by contract work, the Contractor shall provide a sanitary facility, within a five minute walk from the vessel, to include: Two separate shower stalls with privacy screens. Two sinks with fresh hot and cold water. Minimum of two separate toilets with doors and privacy dividers. Four lockers (capable of being locked) and four chairs. Electrical convenience GFI receptacles, in accordance with NFPA 70, National Electric Code (NEC), located in vicinity of sinks. 3.9.1.1 HVAC. Ensure that the facility is equipped with heating, filtered ventilation, and air conditioning to maintain interior temperatures in the 65 to 78 degree Fahrenheit range, and has local climate control for the user. 3.9.1.2 Janitorial service. Ensure that the facility is cleaned at least once a day. Cleaning shall include, but not be limited to: trash removal, restocking of consumables (toilet paper, soap, etc.), and cleaning of toilets, showers and sinks. NOTICE! The Contractor shall be responsible for any plumbing repairs such as clogged toilets, shower and sinks drains. 3.9.1.3 Security. Ensure that the facility is capable of being locked from the outside and is also equipped, on the inside, with a suitable locking mechanism such as a sliding latch. Provide the COR with two keys for each lock. 3.9.1.4 Additional facility for mixed gender crew. If the vessel consists of a mixed gender crew, provide an additional equal facility that is completely separate, with its own entrance. 3.9.1.5 65? WYTL exception. When the 65? WYTL sanitary facility is disrupted, the Contractor shall be responsible for providing: One separate shower stall, in lieu of two, with privacy screen. One sink, in lieu of two, with fresh hot and cold water. One toilet, in lieu of two, with a door and privacy boundary. 3.9.2 Sewage facilities ? disruption of sewage system. When the shipboard toilets are unavailable due to contract work, and no permanent shore side facilities are available, the Contractor shall provide portable toilets as specified in Table I (Portable Toilets). Ensure that the toilets are: Located as close as possible to the vessel, at a distance not to exceed 100 yards. Cleaned and emptied daily, and restocked with consumables.
 
Place of Performance
Address: USCGC WILLOW (WLB 202), Pier 2, NETC Naval Station, Newport, Rhode Island 02841
 
Record
SN00918267-W 20051022/051020211529 (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.