Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOLICITATION NOTICE

H -- SIDE SCAN ULTRASONIC HULL SURVEY

Notice Date
3/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DHS - Direct Reports, 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
HSCG40-06-Q-40355
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
Description
This is a combined synopsis/solicitation for commercial purchase prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-06-Q-40335. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-07, effective 2 Feb 06. This procurement is set aside for small business. The NAICS code for this solicitation is 811310 and the small business size standard is 500. The USCG Engineering Logistics Center has a requirement for the following services onboard the USCGC TYBEE (WPB1330) on or about 4 April 2006. Work will be performed at the United States Coast Guard YARD in Baltimore, Maryland. To request drawings contact Ron Almond @ 410-762-6451 or via email: ronald.almond@uscg.mil. SCOPE OF WORK: 1. Ultrasonic hull survey. After the primer coat has cured, the Contractor shall perform a side-scan ultrasonic survey of the underwater hull surfaces. The Contractor shall plan all specified vessel work detailed in this specification package to ensure the side-scan survey does not necessitate a work stoppage. Abide by the following guidance, to facilitate the ultrasonic survey: Ensure that all surface preparation and primer coat application tasks are completed within ten days of lifting the vessel. Prior to side-scan survey, inspect the vessel bilge plating for bubbles of rusted metal. Break up and remove all rust bubbles with a small hand tool, to facilitate accurate survey results. Allow ten days for the survey team to complete its required tasks. Provide a continuous supply of fresh water and 110 VAC electrical power, and scaffolding or other suitable means of access to the underwater hull surfaces. Remove all cathodic protection system anodes prior to the hull survey as interferences. After completion of the hull survey and authorized hull repairs, complete the underwater hull preservation process by applying the second coat of the anti-corrosive coating system, and all anti-fouling paint coats. 2. Side-scan procedure. The Contractor shall conduct the ?Scanning Crawler Automated Test? to inspect the hull for corrosion and deterioration by accomplishing the following: (a) Provide a qualified crew to operate all side scan equipment. (b) Provide an ASNT Level III Analyst. The level III shall be on site during the entire scanning process and review all DATA. All proof ups shall be completed by an ASNT Level II Analyst. All scanning shall be completed by a certified automated scanner with a proven history. (c) Complete the scan within 10 calendar days. (d) Provide a daily update to the COR on all areas inspected and potential issues or schedule changes. (e) Notify the COR at least 3 days prior to completion for an onsite review of readings and repair areas. (f) Hand held UT readings shall be taken to verify bad metal areas found with the side scan equipment. All readings shall be provided to the COR and the lowest reading marked on the hull at the bad metal location. Readings shall be completed by a Level II ASNT Analyst. (g) Any scanning parameter or scope of work changes shall be approved by the AO. 3. Scanning parameters. The Contractor shall use the following parameters during the course of this inspection: (a) Scanning resolution shall be set to (.5x .5). The echo to echo transducer is not authorized due to inconsistent readings and technical difficulties. (b) Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage greater than or equal to 15% nominal plate thickness shall be highlighted in RED and designated a repair area. (c) Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage greater than or equal to 10% to 14% of nominal plate thickness shall be highlighted in YELLOW. (d) Plates B, H, I, K, L, J, N, O, P, Q, T, U, Y, Z, A-A, D-D, F-F, G-G, L-L, M-M, N-N, P-P, Q-Q, R-R2, R-R1, U-U, Y-Y, Z-Z, V-V scan data indicating wastage less than 10% of nominal plate thickness shall be highlighted in GREEN. (e) Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage greater than or equal to 25% nominal plate thickness shall be highlighted in RED and designated a repair area. (f) Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage greater than or equal to 15% to 24% of nominal plate thickness shall be highlighted in YELLOW. (g) Plates A-H, R-S, A-F, B-B, I-I, A-G, A-E, A-D, A-J, A-I, V scan data indicating wastage less than 14% of nominal plate thickness shall be highlighted in GREEN. (h) There shall be no deviation from the color scheme. 4. Inspection exclusions. The side-scan inspection area includes the Port, Starboard, and Transom exterior shell plate below the water line, but shall exclude the following: Areas under and within 6-inches of blocks and side blocks. (Areas that are accessible 6 inches from blocks and side blocks must be hand scanned.) Areas up to 6-inches around any obstacle on the hull including sea suctions, discharges, rudderposts, knuckle, bow stem, stabilizer tubes, and stern tubes. Inverted curve area below the Spray Rail. Any areas blocked by immovable scaffolding or shipyard activity. Stainless steel inserts. 5. Areas that are accessible but cannot be scanned by scanning equipment shall be hand-scanned. Any repair areas found during the hand scan shall be marked on the ships hull and their approximate positions recorded on the plate drawings and report summary. 6. Side-scan reports. The Contractor shall provide a final report within 14 working days after the side-scan inspection is completed. A copy of all repair areas shall be summarized and clearly marked on the hull with white or yellow marking paint and submitted to the COR prior to departing the job site. Submit two hard copies of the report with two CD?s containing the electronic (raw) data. Reports shall include: Inspection overview. Data sheets for each plate with designated repair areas outlined in blue. Mosaic of scanned data overlaid on the Shell Plate Expansion Drawing. 7. Photos. Provide digital photos of all designated repair areas. 8. Electronic files. CD?s shall contain a complete copy of the report, interactive data files, and digital pictures. All electronic files shall be compatible with standard USCG workstation operating software. Electronic files format shall be such that the CG has the capability to change the percent of wastage (format conditioning) per plate. Electronic files shall be capable of being opened using MS Word, Ms Excel, or PDF software. Digital pictures shall be recorded in JPEG format. 9. Definition of u/w body surfaces. The underwater body is defined as the areas from the bottom of the keel to the upper edge of the boot-topping, including rudders, sea chests, bilge keels, struts, skegs, gratings, and rope guards. 10. Location of boot-top. If necessary, location of the boot-top may be determined using the guidance provided in COMDTINST M10360.3, Chapter 11 (Cutters and Boats Colors ? Exterior and Interior), Paragraph 17b (Boot-Top). Pricing shall be quoted F.O.B. Destination. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposals submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Proposals are to be evaluated and awarded on the following evaluation factors: Best value basis, price, and delivery schedule, conformance to the technical requirements and past performance. A determination of technical acceptability shall be based on the information provided in accordance with the requirements of Addendum to FAR 52.212-1(b), Submission of Offers. Any proposal not providing or meeting the requirements evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. Past Performance may be evaluated using the reference provided in the offerors proposal. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all or none basis. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUL 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns(15 U.S.C. 637(d)(2) and (3)(MAY 2004);52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 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 (29 USC 793)(JUNE 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)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O.S., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)(MAR 2005). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) (OCT 2003). FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), far 52.222-42 Statement of Equivalent Rates for Federal Hires ( 29 U.S.C. 206 and 41 U.S.C. 351), FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (29 U.S.C 206 AND 41 U.S.C 351). Department of Labor Wage Determination No. 1994-2247, REV 27, 5/23/05 applies to this requirement and may be located at http://servicecontract.fedworld.gov. The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (DEC 2003); Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.\
 
Place of Performance
Address: 2401 Hawkins Point Road, Curtis Bay, Baltimore, MD
Zip Code: 21226
Country: USA
 
Record
SN01003775-W 20060312/060310211641 (fbodaily.com)
 
Source
FedBizOpps 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.