Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

20 -- SERVICES FOR AIRBORNE LEAD TESTING

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-11-T-7507
 
Archive Date
5/31/2011
 
Point of Contact
Comatrice D. Martin, Phone: 7574435920
 
E-Mail Address
comatrice.martin1@navy.mil
(comatrice.martin1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (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 N40442-11-T-7507, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 MAR 2011. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS FRANK CABLE for the following services. The requested period of performance for the below service is 06 JUNE 2011 - 10 JUNE 2011. STATEMENT OF WORK: 1.0 ABSTRACT: Provide the services of a firm specializing in industrial hygiene services to provide for airborne sampling and analysis in the workers breathing zones while performing simulated mechanical paint removal. The contractor shall have a certified Industrial Hygienist assigned to the project and present throughout all on-site testing and evaluation. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 OPNAVINST 5100.19E VOLs 1 & 2, Navy Safety and Occupational Health (SOH) Program Manual for Forces Afloat, dated 30 MAY 2007. 2.1.2 29 CODE OF FEDERAL REGULATIONS (CFR) 1910.1025, LEAD 2.2 Enclosure(s): None 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: Guam, USS Frank Cable 3.1.1 Various weather deck locations including vertical and horizontal areas, but excluding shell plating. 3.2 Quantity: 50 airborne sample locations 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: 4.1 None NOTES: 5.1 The contractor and subcontractors must consult Military Sealift Command's General Technical Requirements, (GTR's), to determine applicability to this work item. The contractor and all subcontractors must comply with all applicable GTR requirements. 5.2 An Industrial Hygienist shall review and provide a signed approval on all plans and procedures conducted in accordance with this WI. 5.3 Contractor shall arrange for attending vessel and requisite security requirements with Mr. Joe Schumacher, 757-390-1470, joseph.schumacher@fe.navy.mil. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 The Contractor's quality assurance plan shall be invoked for all aspects of this Work Item. 6.2 The Contractor shall be responsible for disposal of all waste generated by this work item in accordance with all Federal, State, and local laws and regulations. 7.0 STATEMENT OF WORK REQUIRED: 7.1 The Contractor shall provide all labor and material required to accomplish this work item including but not limited to hazardous material disposal, tools/equipment to disturb/remove/collect paint samples, Industrial Hygienist support, laboratory testing, and final report of findings. 7.2 Provide signs and temporary tape boundary markings in personnel traffic areas restricting access to the sampling areas. 7.3 Employees engaged in paint removal, testing, cleanup, etc shall utilize OSHA required Personal Protective Equipment. 7.4 Airborne sampling procedures shall be in accordance with References 2.1.2. 7.4.1 The MSCREP shall identify areas where the airborne samples shall be taken and the method of paint removal. The airborne samples shall be taken in the workers' breathing zone and as directed by the industrial hygienist. 7.4.1.1 The removal techniques shall include: 7.4.1.1.1 Paint chipping 7.4.1.1.2 Needle gunning 7.4.1.1.3 Wire Brushing 7.4.1.1.4 Hand Surface Sanding and Scraping 7.4.1.1.5 Power Tool Sanding 7.4.2 Samples shall be laboratory tested for hazard material identification, concentration level, particulate size range and identify any levels that exceed the exposure levels identified in reference 2.1.1 and 2.1.2. The laboratory used for testing shall be recognized by the U.S. Environmental Protection Agency's NLLAP as proficient for testing lead in paint. 7.5 Work areas shall be cleaned to removal paint or products generated by the conduct of this work item and shall be disposed of by the Contractor in accordance with Federal, State, and local laws and regulations. 7.6 A final report shall be developed citing all findings to include the following as a minimum. 7.6.1 Sample location by deck, frame, athwartship location (port/starboard/centerline). 7.6.2 Areas of concern. 7.6.3 Concentration levels detected by sample. 7.6.4 Air sampling results from each simulation and how the results related to reference 2.1.1. 7.6.5 Recommended course of action for each sample. If none, then state same. 7.6.6 A photograph of each sample area with reference back to the associated sample number shall be taken and provided in the report. 7.6.7 Report shall be reviewed and signed by a certified Industrial Hygienist. 8.0 GENERAL REQUIREMENTS: 8.1 All work performed by the Contractor under the Contract shall become the exclusive property of MSC in which the Government shall have unlimited rights. The Contractor shall not deliver or otherwise provide to the Government technical data or computer software, to include the deliverables under the Contract, with restrictions, including those as to use, modification, reproduction, and transfer, or with restrictive markings. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 16 May 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form from Marlo Dent and James Phillips via email to marlo.dent.ctr@navy.mil and james.b.phillips2@navy.mil. The completed form shall be returned to both individuals via email. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4576c6d06e43600edb4623a0e4eeb7d)
 
Record
SN02444661-W 20110512/110510235137-c4576c6d06e43600edb4623a0e4eeb7d (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.