Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

20 -- Hull Plating (Side Scan), Ultrasonic Testing

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45Y50
 
Archive Date
10/28/2011
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation HSCG80-11-Q-P45Y50 for commercial items is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-49. This is a100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (CG-9131) U.S. Coast Guard Headquarters Procurement Planning & Oversight Division 1900 Half St. SW, JR11-0203 Washington, DC 20593 Telephone: (202) 372-3692 / Fax: (202) 475-3904 A. REQUIREMENT: This requirement is to provide all labor, materials, and equipment to accomplish the statement of work as identified below in Part D. B. PERIOD OF PERFORMANCE: is SEVEN (7) calendar days, 11-17 July 2011. C. PLACE OF PERFORMANCE: All work will be accomplished onboard the CGC LIBERTY at the US Coast Guard Base Support Unit in Ketchikan, Alaska 99901. D. DESCRIPTION OF WORK: WORK ITEM 1: Hull Plating (Side Scan), Ultrasonic Testing 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to perform thickness measurements of the hull plating by ultrasonic side scan method to include the entire U/W body and the freeboard. CGC LIBERTY (vessel to be scanned) will be located at the US Coast Guard Base Support Unit Ketchikan in Ketchikan, Alaska. The performance period is 11-17 JUL 2011. The point of contact is CWO Arthur Hebert, work: 206-217-6883 or cell: (206) 200-2943. 1.2 Government-furnished property. None. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 110B WPB 111-3, Rev H; Shell Expansion Coast Guard Drawing 110B WPB 85-10, Rev -; Docking Plan COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Jan 2009, General Requirements OTHER REFERENCES American Society for Nondestructive Testing (ASNT) SNT-TC-1A, 2006, Recommended Practice for Nondestructive Testing Personnel Qualification and Certification 3. REQUIREMENTS 3.1 General. The Contractor shall use drawings listed in Section 2 herein as guidance during the performance of work specified herein. 3.1.1 Interferences. The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): - Docking blocks. • 3.1.2 Work coordination and preparation. 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 and verify that all u/w body and entire freeboard surface preparation and primer coat application tasks are completed by the prime shipyard contractor by the performance period listed in section one (1). • Prior to side-scan survey, inspect interior and bilge plating for the presence of bubbles of rusted metal; break up and remove all rust bubbles with a small hand tool, to facilitate accurate survey results. • Prime shipyard contractor will provide a continuous supply of fresh water and 110 VAC electrical power, and scaffolding or other suitable means of access to the u/w body and entire freeboard surfaces. • 3.2 Side scan requirements and procedures. 3.2.1 Testing company and personnel. The Contractor shall provide the services of a qualified ultrasonic testing company, with suitable side scan equipment, to conduct a "Scanning Crawler Automated Test" of the vessel's u/w hull plating and entire freeboard up to the data couple for the presence of metal corrosion and deterioration. Ensure the following: • All scanning shall be completed by a certified automated scanner with a proven history and certificate of qualifications. • An ASNT Level III Analyst shall be on site during the entire scanning process, to review all scanning data. • All readings shall be completed by at a minimum an ASNT Level II Analyst. 3.2.2 Coast Guard notification. The Contractor shall normally complete and plan on completing all required work within 7 calendar days any extension will require a Condition Found Report provided to the Coast Guard COTR. 3.2.2.1 Provide a daily update to the COTR on all areas inspected and potential issues or schedule changes. 3.2.2.2 Notify the COTR at least 3 days prior to completion for an onsite review of readings and repair areas. 3.2.3 Scanning parameters. The Contractor shall use the following parameters during the course of this inspection as follows: • For "B" Class 110' WPB's reference CG Drawing 110B WPB 111-003, Rev H; Shell Expansion • Scanning resolution shall be set to (.5x.5). • All platting (Under-Water Body and Freeboard) shall adhere to the following evaluation criteria: • 4-5 LB plate - V scan data indicating wastage greater than or equal to 15% of nominal plate thickness shall be highlighted in RED and designated a repair area. • 4-5 LB plate - V scan data indicating wastage greater than or equal to 10% to 14% of nominal plate thickness shall be highlighted in YELLOW • 4-5 LB plate - V scan data indicating wastage less than 10% of nominal plate thickness shall be highlighted in DARK GREEN • 6 - 10 LB plate - V scan data indicating wastage greater than or equal to 25% of nominal plate thickness shall be highlighted in RED and designated a repair area. • 6 - 10 LB plate - V scan data indicating wastage greater than or equal to 15% to 24% of nominal plate thickness shall be highlighted in YELLOW. • 6 - 10 LB plate - V scan data indicating wastage less than 14% of nominal plate thickness shall be highlighted in DARK GREEN. • 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 COTR and the lowest reading marked on the hull at the bad metal location. • 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. NOTES 1. Any scanning parameter or scope of work changes must be approved by the KO. 2. The echo to echo transducer is not authorized due to inconsistent readings and technical difficulties. 3. There shall be no deviation from the color scheme specified above! 3.2.4 Inspection exclusions. The side scan inspection area includes the Port, Starboard, and Transom exterior shell plate to include the entire freeboard and under water body, 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, as applicable. • Any areas blocked by immovable scaffolding or shipyard activity. 3.3 Side scan reports. The Contractor shall submit to the COTR a final report within 10 calendar 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 COTR prior to departing the job site. Submit two hard copies of the report with two CD's containing the electronic (raw) data. Ensure that the reports shall include: • Inspection overview. • Data sheets for each plate with designated repair areas outlined in blue. • Mosaic of scanned data overlaid on Coast Guard Drawing 110 WPB 111-1. • 3.3.1 Photos. Provide digital photos of all designated repair areas. 3.3.2 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. 4. NOTES This section is not applicable to this work item. E. PRICING DATA: Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any CLIN. "NSP" in the section means "Not Separately Priced." F. TRAVEL AND PER DIEM: CLIN 2-D, "Travel and Per Diem" is only applicable to Contractors outside the local commuting area (50 miles) of the vessels location. It is anticipated that any Contractors within the 50-mile commuting area will enter "zero" (0) or "N/A" for the unit and extended price for this CLIN, on the Schedule of Supplies or Services. ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE D-001 Hull Plating (Side Scan), Ultrasonic Testing JOB 1 D-002 Travel and Per Diem JOB 1 Total Price of Definite Items G. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance is more important than price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, total dollar amount, procuring activity or firm's complete name (include addresses, telephone numbers, and the point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format and must contain the contractor's DUNS Number. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. Quotes must be received not later than February 22, 2011 at 2:00 p.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 97), quotes may be faxed to: (757) 628-4676 Attn: Nancy Brinkman or e-mailed to Nancy.M.Brinkman@uscg.mil All questions regarding this solicitation should be directed to Nancy Brinkman, Contracting Officer at (757) 628-4579 or via e-mail to nancy.m.brinkman@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45Y50/listing.html)
 
Place of Performance
Address: onboard the CGC Liberty which is located at the US Coast Guard Base Support Unit Ketchikan in Ketchikan, Alaska 99901, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN02375358-W 20110210/110209060206-6c04cfbebc1e67617612efe2cec41f8a (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.