Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

20 -- New York, NY. Modification 5 to Requirement for Annual Repairs and Maintenance & United States Coast Guard Inspection of the National Park Service Vessel, Liberty IV.

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q1940100707
 
Response Due
4/22/2010
 
Archive Date
4/14/2011
 
Point of Contact
Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@NPS.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to incorporate the following information into the original solicitation #Q1940100707: (a) The following clause is hereby incorporated into the solicitation: FAR 52.211-11, Liquidated Damages. (b) The following revised Statement of Work (SOW) is incorporated into the solicitation, hereby replacing the original SOW. Changes are highlighted below. Vendors should refer to the full document for detailed information: (1) The period of performance for contract completion is reduced to 20 calendar days.(2) IAW FAR 52.211-11, Liquidated Damages, if the Contractor fails to complete performance within the specified timeframe, the Contractor shall pay to the Government liquidated damages of $4,500.00 per calendar day of delay. (3) Towing of Liberty IV beyond 500 yards is not allowed.(4) Optional work, as specified in Paragraph 1.1.B, may be required. (5) Additional work is required; specifications can be found in Paragraph 1.3, #23-#25. Revised Statement of Work for:Annual Maintenance and US Coast Guard Inspection of NPS Vessel, Liberty IV: 1 GENERAL 1.1 General Intention It is the intention under the terms and conditions of this contract to obtain Annual Repairs and Maintenance of the National Park Service (NPS) Vessel "Liberty IV" and facilitate an annual USCG structural hull inspection by means of a Firm Fixed Price Lump-Sum contract, complete and ready for use as defined herein. 1.1.A Firm Fixed Price Lump-Sum Work. Work that can be identified in advance, in both sufficient detail and quantities, and for which a fair and reasonable price can be obtained is identified as Firm Fixed Price Lump-Sum Work. For the purpose of this contract the Firm Fixed Price Lump-Sum Work shall be for work described herein for the Vessel Liberty IV. 1.1.B The following is Optional Work that may be required to repair/replace Skaggs port and starboard sides, back to original specifications. Location (running parallel to tail shaft and bottom end off the strut):Option 1. Repair, straighten port skagg. Option 2. Re-new, port skagg. Option 3. Repair, straighten starboard skagg. Option 4. Re-new, starboard skagg. The determination of which option will be exercised will be based on the contractor's assessment after the conditions of the skaggs are evaluated. 1.2 Location and Time of PerformanceAll work under this contract must be performed, subject to certification, by the United States Coast Guard, Sector New York and shall be performed at the contractors' facilities on or about the second week of May 2010. The Government will deliver the vessel to any vendor's designated docking facility, up to the 30 mile radius of the Statue of Liberty National Monument, Ellis Island, Liberty Island, New York, NY 10004. Due to hull design and lack of towing bits suitable for the weight of the vessel, towing of the Liberty IV for more than 500 yards is not allowed. The vessel will be returned to the government with the same amount of fuel in the tanks as when the vessel was delivered to the contractor. 1.2.1 Vessel Dimensions The dimensions of the vessel, Liberty IV are provided: Length = 64 feet, Width = 22 feet, Draft = 6 feet, Weight = 82 tons. 1.3 General DescriptionThe Contractor shall provide all, supervision, labor, materials, tools, equipment and all incidental and related work to perform the following listed work, in accordance with the specification as stated herein. Contractor is not required to perform below listed work in any particular order. 1.Dry dock vessel. (A docking plan is available upon request)2.Sand sweep bottom plating, prime and paint anti fouling red (2 coats Commercial Marine grade paint that is approved by the COR)3.Sand sweep side plating, prime and paint gloss black (2 coats Commercial Marine grade paint that is approved by the COR)4.Prepare, prime and paint deck house gloss white (1 coat Commercial Marine grade paint that is approved by the COR)5.Prepare, prime and paint deck, non skid grey (2 coats Commercial Marine grade paint that is approved by the COR))6.Prepare, prime and paint safety hand rails (2 coats Commercial Marine grade paint that is approved by the COR) epoxy white.7.Paint all existing welded lettering, (Vessel name, Draft markings on Stern of vessel). (2 coats Commercial Marine grade paint that is approved by the COR) Color White8.Repack port & starboard shaft stuffing boxes on main shafts, (remove old) shafts 3.5in. diameter9.Repack port & starboard rudder stuffing boxes (remove old)10.Replace zinc anodes on hull 16 total units, using 24 lbs units (remove old and discard)11.Replace zinc anodes on keel coolers "Furstrum" (2 units per cooler)12.Replace zinc collars on 3-1/2" tail shafts, (3 units on each shaft)13.Change port and starboard propellers. Contractor shall supply new locking nuts and carter pins. Propellers shall be NPS supplied14.Dry all compartments of bilge water, remove all oil residue and debris, wipe clean for US Coast Guard inspectors to inspect internal hull. Method of drying and cleaning is at the option of the contractor.15.Open bolted stainless steel flanged type sea valves (6) total for U.S.C.G. inspectors. Reinstall after USCG inspection and insure free operation.16.Open 2 sea chests, remove screens, clean, paint and replace zinc anodes for Coast Guard inspectors and re-install screen.17.Weld existing stiffeners on forward bulwarks 6 frames. Cracks are at the deck level and approximately 6 to 10 inches of welding is required on each frame. 18.Re-weld line chocks forward bulwarks port and starboard sides.19.Repair bow fender, fabricate rubber block and fabricate installation clips, weld in solid.20.Prepare, prime and paint passenger cabin interior with (1 coat Commercial Marine grade paint that is approved by the COR (bulkheads white, deck non skid grey).21. Remove approx. 20 feet of damaged Viking rubber D fenders, port side forward quarter and replace with new.22.Replace bilge piping, foot valve, gate valve and check valve in the engine room from the bilge manifold to the engine room foot valve.23. Replace vent piping port sea chest from shut off valve to opening at deck line port side (approximately 16 feet of 1 inch, schedule 80 steel pipe, routed same as existing).24. Replace gaskets at all flanged connections on the main engines exhaust system ( 8 connections, piping 6 inch in diameter, gaskets rated at 1100 degrees or better) job consist of removing lagging, remove bolts, replace gaskets, re-install bolts, re-install lagging ( replace any torn or deteriate lagging)Weld exhaust pipe seam port engine at riser at lower stack entrance. Clean up of engine room and machinery from carbon and debris back to its original state.25. Replace port transmission : torsional coupling, rear main oil seal, drive saver (blue)and all hardware (nuts, bolts, washers), Twin-Disc Model MG 5202 SC, marine transmission/reduction gear,Bom#42800, S/N #3AS-234, ratio 2.92-1. 1.4Time for CompletionAll work to be performed under this contract shall be completed, and the vessel returned to the government, within 20 calendar days of the date that the contractor receives the vessel. This time for completion shall include final clean up of the Vessel. As per FAR clause 52.211-11, Liquidated Damages, if the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $4,500.00 per calendar day of delay. 1.5 Contractor InformationProvide a list that includes the name, address, and telephone number of the General Contractor and each subcontractor installing the products or equipment. Include local representatives and service organizations most convenient to the contractor's facility. Provide the name, address, and telephone number of the product or equipment manufacturers. 1.6 Existing Work a. The removal or altering in any way of existing work shall be carried on in such a manner as to prevent injury or damage to any portion(s) of the existing work which remain(s). b. All portions of existing work which have been altered in any way during construction operations shall be repaired or replaced in kind and in a manner to match existing or adjoining work, as approved by the Contracting Officer. All work of this nature shall be performed by the Contractor at the Contractor's expense and shall be performed as directed by the Contracting Officer. At the completion of all operations, existing work shall be in a condition equal to or better than that which existed before the new work started. 1.7 EPA/OSHA Regulations"During the performance of all work under this contract, the Contractor shall adhere to Environmental Agency Regulations (EPA) and Federal Occupational Safety and Health Regulations (OSHA), U.S. Army Corps of Engineering Safety and Health Handbook EM_3851 1, as well as all applicable state and local requirements. USCG 46 CFR parts 166 to 199. Contractor is to also conform to New York State Department of Environmental Conservation regulations, especially in regards to Contractor generated hazardous wastes. 1.8 Vessel Final CleanupThe vessel shall be returned in the same condition to the national Park service as received before work commencing. All compartments not limited to the engine room, all areas below the main decks, including crews' quarters, galley and all bilges. All areas shall be free from dust, carbon residue, grease, hand prints and all debris caused by demolition and construction. All areas above the main deck, including all internal and exterior areas of the pilot house, passenger cabin, handrails and main deck shall be thoroughly cleaned. All cleaning shall be completed before final acceptance of work and vessel departing the contractor's facility. 2. PRODUCTS 2.1 Paint Manufacture "Commercial grade of marine paint" 2.2 Fendering MaterialsFender Materials shall be a "D" Fender. This fendering system is a patented recycled tire product that is cut proportional and joined with through rods and welded to the hull with gussets every two linear feet. 3EXECUTION 3.1 Facilities and Utility ServiceIncluded under the scope of work are shore power connections and potable water connections and will be made available by the contractor and is included in the Firm Fixed price with no additional charges. The contractor shall be responsible for making all required connections and disconnections from the Government Vessel. No additional cost(s) shall be incurred by the Government for the connection and disconnection of the Utilities. 3.2DemolitionThe contractor shall begin demolition until authorization is received from the Contracting Officer. Included in the Firm Fixed Price is disposal of all debris. 3.2.1 Dust and debris controlThe contractor shall prevent the spread of dust and debris to all portions of the vessel Do not use water if results in hazardous or objectionable conditions such as, but not limited to, ice, flooding, or pollution. 3.2.2 Existing workThe contractor shall protect engines and related equipment in the engine compartment and all other areas of the vessel, existing work which is to remain in place, be reused, or remain the property of the Government. 3.2.3 Title to materialExcept where specified in other sections, all materials and equipment removed, and not reused, shall become the property of the Contractor and shall be removed from the vessel. Title to materials resulting from demolition, and materials and equipment to be removed, is vested in the Contractor upon approval by the Contracting Officer to begin demolition. The Government will not be responsible for the condition or loss of, or damage to, such property after notice to proceed with the demolition portion of this contract. The existing propellers shall be placed aboard the vessel and remain as government property. 3.3.1Painting 3.3.2Sand sweeping Sand sweeping shall be performed in accordance with industry standards. In general the paint shall be totally removed down to the bare metal when more than 50% of the existing painted surface has already been removed from the surface by wear. Otherwise all loose paint shall be removed from the surface as agreed upon mutually by the COR and the contractor. All work shall conform to local environmental authorities having jurisdiction regarding the methods of removal for this material. 3.3.3Painting General Conditions 3.3.3.1Painting General Painting shall not be allowed in rainy weather or when rain is imminent. Paints or coatings shall not be applied when the temperature or humidity exceeds the manufacturer's recommendations. Each coat of material applied shall be free from evidence of poor application. Variations in color, gloss, and texture shall not be acceptable. Finish coats shall show good hiding characteristics and uniform appearance. Newly painted surfaces shall be protected from damage. Cleaning shall be programmed so that dust and other contaminants will not fall on wet, newly painted surfaces. Exposed ferrous metals shall receive a primmer with a suitable corrosion-inhibitive primer capable of preventing flash rusting and compatible with the coating specified for the adjacent areas. There shall be at least then number of coats of paint applied in accordance with the manufacturer's instructions and as directed in "1.3 General Description" of this specification. Each coat shall be applied uniformly at the wet-film thickness as specified by the manufacturer. Spot-painting to correct damaged surfaces will be allowed only when touch-up area blends into the surrounding finish. Otherwise, the entire area shall be recoated. Touchup shall be accomplished using the same method of application as was used to apply the original material. Painting practices shall comply with applicable federal, state and local laws enacted to insure compliance with Federal Clean Air Standards. Unless otherwise specified or recommended by the paint manufacturer, paint may be applied by brush, roller, or spray. At the time of application, paint shall show no signs of deterioration. Uniform suspension of pigments shall be maintained during application. Each coat of paint shall be applied so dry film shall be of uniform thickness and free from runs, drops, ridges, waves, pinholes or other voids, laps, brush marks, and variations in color, texture, and finish. Hiding shall be complete. Rollers for applying paints and enamels shall be of a type designed for the coating to be applied and the surface to be coated. Special attention shall be given to insure that all edges, corners, crevices, welds, and rivets receive a film thickness equal to that of adjacent painted surfaces. In bilge areas all weep holes between framing shall be kept clear of excess paint for proper drainage between bays. Paints, except water-thinned types, shall be applied only to surfaces that are completely free of moisture as determined by sight or touch. Surfaces that have been cleaned, pretreated, and otherwise prepared for painting shall be given a coat of the specified first coat as soon as practical after such pretreatment has been completed, but prior to any deterioration of the prepared surface. Sufficient time shall elapse between successive coats to permit proper drying. This period shall be modified as necessary to suit weather conditions. Oil-based orole oresinous solvent-type paints shall be considered dry for recoating when the paint feels firm, does not deform or feel sticky under moderate pressure of the thumb, and the application of another coat of paint does not cause the undercoat to lift or lose adhesion. Manufacturer's instructions for application, curing and drying time between coats of two-component systems shall be followed. 3.3.3.2Protection of Areas not to be PaintedItems not to be painted which are in contact with or adjacent to painted surfaces shall be removed or protected prior to surface preparation and painting operations. Items removed prior to painting shall be replaced when painting is completed. Following completion of painting, workmen skilled in the trades involved shall reinstall removed items. Surfaces contaminated by coating materials shall be restored to original condition. 3.3.3.3Painting Anti-Fouling Bottom Paint. Painting Anti-Fouling. After the surface has been sand swept and cleared of all loose particles. Surfaces shall be dry and free from dirt, oil, grease, wax, and other contaminants. The contractor shall apply two coats of anti-fouling paint to the entire bottom of the vessel and up to 6 inches above the existing previously painted water line. 3.3.3.4Painting Above the Water LineSurfaces shall be dry and free from dirt, oil, grease, wax, and other contaminants. Oxide or corrosion shall be removed by hand, power tool, or Sand Sweeping. The contractor shall follow all applicable instructions as specified. 3.3.3.5Paint ScheduleSURFACEFinish Color and SheenSteel Vessel BottomRED, Flat anti-foulingSteel Vessel Deck Non-Skid Grey, GlossSteel HandrailsWhite, GlossSteel Side Shell PlatingBlack, GlossAluminum Deck HouseWhite, GlossSteel Vessel LetteringWhite, GlossEngine CompartmentWhite, Gloss 3.4 Repacking SealsThe contractor shall utilize 3/8" Flax packing on all shafts that are indicated in "1.3 General Descriptions" of this specification. Number of Turns that will be installed around the shafts shall be not less than 10 turns per shaft. Joints shall be staggered. 3.5 Installation of Propellers. The contractor shall remove the port and starboard propellers and place them aboard the vessel. The government shall furnish (2) new propellers that the contractor shall install ensuring that the propellers have the proper fit on the shafts using bluing process. Reinstall with new locking nuts and carter pins supplied by the contractor, using maximum torque. 3.6 Welding Stiffeners The contractor shall "V-OUT" all areas where Stiffeners meet the main deck and weld using three pass method.Prime and paint welded areas as outlined in "3.3.2.1 Painting General". 3.7 Engine Room Compartment. The contractor shall clean the entire engine room bilge, removing all debris and oil residue. 3.8 Salt Water Sea Valves The Contractor shall remove the bonnets clean all seats and gates and ensure free action of the stem. After inspection by the USCG the contractor shall reinstall bonnets with new gaskets, stem packing.And insure free operation. 4 US COAST GUARD HULL INSPECTIONOne week prior to the vessel being delivered to the contractors site the government shall notify the contractor of the date and time when the USCG inspectors will conduct a hull inspection of the vessel. Prior to the USCG inspection the contractor shall have the work completed as outlined in "1.3 General Description" items 1, 14, 15 and 16 and further detailed in within this specification. 5. UNFORESEEN CONDITIONS 5.1 No additional work will be performed without approval of the Contracting Officer. 5.2 The contractor will notify the Contracting Officer's Technical Representative of any unforeseen condition and submit a written proposal for what the additional work consists of and a cost to perform the task. (End of SOW) (c) As a result of the incorporation of a revised SOW, the due date and time for offers is extended to 10:00am ET on Thursday, April 22, 2010. Offers must be submitted via email to cheryl_adamski@nps.gov. (d) All other terms and conditions remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1940100707/listing.html)
 
Place of Performance
Address: Statue of Liberty National Monument, Ellis Island, Liberty Island, New York, NY 10004.
Zip Code: 10004
 
Record
SN02121448-W 20100416/100414234808-51b1d0f40f1b8a643c71e520f373bfaf (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  © 1994-2020, Loren Data Corp.