Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

J -- Sandblast and Paint MV MS Water Tanks

Notice Date
5/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ08T0045
 
Response Due
5/30/2008
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a contract for the sandblasting and painting of the Motor Vessel Mississippi water tanks as defined in the statement of work. This acquisition is 100% set-aside for small business. The associated NAICS code is 332813 with a size of 500 personnel. 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. Statement of Work: Work to be performed is Sand Blast and Paint port and stbd #3 wing ballast tanks and port and stbd wash water tanks used for toilet flushing and clothes washing, aboard the M/V Mississippi moored along side string out at 2915 Riverport Road, Ensley Engineer Yards, Memphis TN. The Vessel is 241 ft long and 58 feet wide with an 8 foot draft and will be available for contractor inspection on May 27, 2008 at 1:00 PM. All work to be performed at this location and completed by June 30th 2008. Normal business hours at Ensley Engineer Yards will be 0630 till 1700 Monday thru Thursday. GENERAL NOTES ON 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 Requirements Manual, EM 385-1-1, 3 November 2003 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 actions 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 availability of light Duty so the injured employee can return to work as soon as medically possible. d. MACHINERY AND MECHANIZED EQUIPMENT: 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 equipment inspections shall be returned to the contract site for use. Documentation of equipment 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. 3. The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. At project completion the Contractor and the Chief Engineer will make a joint visual inspection of the project location and needed repairs will be noted and made immediately. 4. Contractor will be responsible for containment and disposal of all waste generated during the project. No waste of any kind is to enter the lake. 5. All areas and equipment not requiring painting will be totally protected from blast media and over sprays. All electrical and mechanical equipment within 50 feet on the deck is too sealed prior to sandblasting. All hatches, doors, windows, deck or bulkhead openings within 50 feet will be covered 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. NOTE: Blueprints are available for viewing for clarification of compartments and structural shapes. AREAS TO BE SANDBLASTED AND PAINTED The Vessel has four tanks thats used for wash water, two tanks P&S from frame 87 - 94 hold approximately 6,168 gallons each. The other two tanks P&S from frame 75.5 87 hold 11,447 gallons each, these will be the tanks needing work. The complete inside of tanks need to be sand blasted and repainted to specifications. All sandblasting will be to the SSPC SP 10 [near white blast cleaning] included in the scope of work. Specification requires SSPC-SP10 Near White blast and apply two coats of Devoe Coating Bar-Rust 235 Epoxy to achieve 4-6 mils dry film thickness per coat. Adjacent areas will be protected from the blasting and painting. 8. Site Visit. Contractors are encouraged and expected to attend a site visit where the work will be performed. An organized site visit has been scheduled for May 27, 2008 at 01:00 p.m. CST. Participants will meet at: Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. The Point of contact for site visits is Michael Buie at phone # (901) 378-0263 or Jackie Primer at 901-544-3340. 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. FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); 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; Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 52.247-34 FOB Destination; FAR 52.228-5 - Insurance -- Work on a Government Installation; FAR 52237-2 - Protection of Government Buildings, Equipment, and Vegetation; 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 May 30, 2008 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-08-T-0045 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e0c7d6b8d997d5523f99a522c7bec97&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN01577495-W 20080522/080520222935-7e0c7d6b8d997d5523f99a522c7bec97 (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.