Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

J -- Sandblast & Paint M/V Ozark Crane Barge in accordance with Statement of Work (SOW).

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-06-Q-0018
 
Response Due
6/23/2006
 
Archive Date
8/22/2006
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-05-Q-0018 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 Rev (30). This acquisition is 100% set-aside for small business. The associated NAICS code is 332 815 with a size standard of 500 employees. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. MV OZARK CRANE BARGE Sandblasting/Painting SPECIFICATIONS Work to be performed is sandblasting, mechanical cleaning, and painting of the MV OZARK Crane Barge. The vessel is approximately 155 ft. long, 35 ft. wide and has an 8 ft. draft. The vessel will be dry-docked at Ensley Engineer Yard, 2915 Riverport Road, M emphis, TN 38109 and available for contractor inspection approximately 1 June 2006. All work is to be performed at this location and completed by 25 July 2006. Normal business hours at Ensley Engineer Yard are 0630-1700 Monday through Thursday. Contractor hours may be adjusted by coordinating with the Shops Unit Supervisors and Security Personnel. Point of contact will be Dwight Alston, 901-544-0976 or cell phone 901-831-2547. GENERAL NOTES SAFETY REQUIREMENTS 1. Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. a. ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractors site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requiremen ts Manual, EM 385-1-1, 3 November 2004, Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. b. ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer. Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective ac tions to the contracting Officer on ENG Form 3394 as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. c. SUPERVISORS RESPONSIBILITIES: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employees regular duties and the avail ability of Light Duty so the injured employee can return to work as soon as medically possible. d. MACHINERY AND MECHANIZED EQUIPMERNT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipm ent inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. e. FIRST-AID/CPR REQUIREMENTS. Two employees shall be certified in CPR and first-aid pre shift/per site. 2. Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. Contractor is to provide an on site supervisor on the job site for the duration of the job. 3. The contractor will be responsible for damages and repair s to any Corps of Engineers equipment associated with the project. At project completion the Contractor and the Dock-master [Sidney Parker 785-6059] will make a joint visual inspection of the project location and needed repairs will be noted and made immed iately. 4. The vessel will be moved 1 [one] time at government expense to allow completion of sandblasting and painting. Spuds will be moved 1 [one] time at government expense. Expense of additional moves will be borne by the contractor. 5. All areas and equipment not requiring painting will be totally protected from blast media and over sprays. All electrical and mechanical equipment on the deck is to be sealed prior to sandblasting. All 18 inch Nabrico manholes will be sealed by the gov ernment prior to sandblasting. 6. Contractor must contact Gerald Townsell or Sidney Parker at 901-785-6058 to arrange for placement of contractor equipment. 7. All contractor equipment will be removed immediately from government property at job completion. ENVIORNMENTAL 1. The contractor will be responsible for the following environmental concerns: a. Containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. b. No waste of any kind is to enter the lake. c. The contractor and the Corps of Engineers representative will agree upon a clean-up day for one day each week. All waste will be removed from the dry dock and immediate area. Final disposal of all waste may be at the end of the project. d. Fuel storage tanks must be double wall or stored in a spill containment pan capable of holding at least 10% of the tank volume. e. All paints/thinners or similar materials must be stored in a spill containment pan capable of holding at least 10% of the on hand volume. f. Paint and thinner inventory will be maintained by the contractor and available for the corps representative upon request. g. Material Safety Data Sheets for all materials will be maintained on site. h. Empty paint/thinner buckets will be removed from the job site daily. i. Contractor will be responsible for performing lab analysis on paint/blast media waste within 10 days of the first day of sandblasting. Copies of these documents will be submitted to the Corps representative at that time. SANDBLASTING HULL EXTERIOR Sand sweep all areas where black hull paint is intact. Any area with exposed metal is to be blasted to near white metal. Sand sweep or blast the entire hull from the main deck weld down. This includes the spuds and spud wells. Spuds may be on the stringo ut and not on the dry dock. All areas of the vessel subject to damage from sandblasting or dust accumulation are to be sealed prior to sandblasting. No blast media is allowed in the vessel or any equipment mounted on the vessel. All glass on the crane is to be covered and 100% protec ted from blast media and over-sprays. The crane will not be painted and will be protected from over-sprays. No sandblasting or spray painting is to take place until the Corps of Engineers representative has approved the preventative measures for blast and paint over-spray. 1. HULL/SIDES PAINTING The coating system shall be composed of the following coating types and dry film thickness: This coating system is required because it is the existing coating. Substitutes will not be allowed. a. Base Coat [self-priming---] Jotun Marathon black GF Epoxy Flake Reinforced 12 MIL DFT b. Tie Coat [2nd coat] Safeguard Universal ES gray 4 MIL DFT c. Anti-Fouling Coating----Jotun Valspar black HYDROCLEAN 60A. 4 MIL DFT on bottom of 8 ft. draft marks down. 84J5 Penguard Top Coat Gloss Black from bottom of 8 ft draft marks up freeboard to top of rub rail. 84T7 curing agent. 1:1 mix, 4 MIL DFT d. Urethane Top Coat---Valspar V40/95 series epoxy. [HULL MARKINGS] White/27880. 4 MIL DFT The number of coats is not specified. The contractor is required to provide the number of coats necessary to attain the dry film thickness required. I.e. on the black hull painted surface after sweep blasting, apply 4 mils dft of the universal gray tie coat then 4 mils of the anti-foulant coat. If areas have been blasted to near white metal, apply the appropri ate base, tie, and anti-foulant coats at the required dfts. Thickness applied per coat shall not exceed the manufacturers recommended maximum thickness per coat. BALLAST TANKS AND AFT RAKE COMPARTMENT: These compartments are to be prepared for application of Fluid Film Liquid AR. The compartments are to have loose paint/rust removed by contractors method of choice, i.e,, sand sweeping, needle gun, grinder etc. L oose paint and debris will be swept/vacuumed up and removed from the compartments prior to application of Fluid Film AR. CORPS OF ENGINEERS REPRESENTATIVE IS TO APPROVE CLEAN-UP PRIOR TO APPLICATION OF FLUID FILM AR. APPLICATION: Spray each compartment completely then repeat the application. A minimum of 20 mils and 2 complete spray applications is required. COLOR SCHEDULE: The following is a list of colors, their applicable areas, and the mils dft as finished. Except for the deck, all paints in this section are enamels and will use a universal primer. The deck is Valspar Epoxy and Valspar is required. 2. DECK AREAS All areas of the deck are to be prepared for painting by mechanical means; grinding, chipping, sanding etc., and then feathering. COLOR/FS595 NUMBER Universal primer as needed Not Specified 8 mils dft Deck under and top coat. Deck Red/10076 8 mils dft Non-skid garnet [mesh size to match existing] shall be added to the second to last coat over all deck areas. Deck areas shall receive a final 4-mil top coat for color. Deck fittings Black/17038 12 mils dft Deck fittings trim Yellow/13655 12 mils dft Handrails/Stair Rails Aluminum/17178 6 mils dft Hydraulic Controls/Winches Orange 8 mils dft Deckhouse Exterior Old Ivory/13695 as needed 4 mils dft Dog Houses Old Ivory/13695 8 mils dft Boom Cradle Black/17038 12 mils dft Capstans Yellow 13655 12 mils dft Boat Davits Black/17038 12 mils dft Top of tool shed and dog houses Red/11136 12 mils dft 10 Nabrico manhole covers are to be sandblasted and painted using the same colors as the deck. 3. GENERAL NOTES FOR APPLICATION OF MATERIALS a. Manufacturers instructions for application, curing and drying time between coats shall be followed. Painting practices shall comply with applicable federal, state, and local laws enacted to ensure compliance with Federal Clean Air Standards. b. Paints that have exceeded the closed shelf life or pot life recommended by the manufacturer shall not be used. c. At the time of application paint shall show no signs of deterioration. Paint that has deteriorated in any manner shall not be used and shall be removed from the site. d. Within 8 [eight] hours after cleaning and prior to the deposition of any detectable moisture, contaminants, or corrosion, all surfaces blast cleaned to SSPC SP 10 shall be cleaned of dust and abrasive particle by brush, vacuum cleaner, and /or blown dow n with clean, dry, compressed air, and given the first coat of paint. e. Paint may be applied by spray, roller, or brush. However, any area subject to over-sprays must be fully protected. No over-spray will be tolerated. f. Painting in the vicinity of mechanical or electrical equipment shall be applied by brush if there is a possibility of over-sprays on critical components. All equipment, deck, and bulkhead fixtures must be fully protected. g. Uniform suspension of figments shall be maintained during application. Each coat of paint shall be applied so dry film shall be of uniform thickness and free from holidays, bubbles, blisters, laps, excessive or unsightly brush marks, runs, drops, ridges , waves, pinholes, or other voids, and variations in color, texture, and finish. S pecial attention shall be given to ensure that all edges, corners, crevices, seams, junctions of joining members, interior angles, corrosion pits, welds, bolts, rivets, and similar surface irregularities receive a film thickness equal to that of adjacent p ainted surfaces. h. All coats of all painted surfaces shall be unscarred and completely integral at the time of application of succeeding coats. i. All painting shall be accomplished before launching the vessel. The vessel shall not be launched before inspection and acceptance by the government. 4. FINAL INSPECTION All painting shall be jointly inspected by the Contractor and the Contracting Officers Representative. Any defects or damage in the coating system shall be repaired by the Contractor as necessary before acceptance by the government. The Contractor shall w arranty the coating system for one calendar year, commencing at final inspection. The Contractor shall repair any coating failures during this time period at his cost. WORK SHALL BE COMPLETED ON OR BEFORE 7 JULY 2006. CONTRACT CLAUSES Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1  Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2  Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms and ConditionsComme rcial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilit ies; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1 965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 23 June 2006 no later than 11:00 AM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-05- Q-0018 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email address Celestine.g.evans@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible f or award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN01070886-W 20060617/060615221809 (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.