Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

J -- Cleaning Ballast Tanks and Hull Gauging of Barge - drawings

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA94Q20110054
 
Point of Contact
kathryn rato, Phone: 4157442580, Debra Velmere, Phone: 4157444140
 
E-Mail Address
kathryn.rato@dot.gov, Debbie.velmere@dot.gov
(kathryn.rato@dot.gov, Debbie.velmere@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
apl drawings similar to peach Syn/Sol, Barge check Thurs 9/8/11, 8AM joe.pecoraro@dot.gov Amendment 0002 changes delivery date to be 21 days after NTP answers contractors questions from barge check 9-8: Q1- How long has Peach been at the SBRev Fleet. Ans: more than 20 yrs Q2 - will MARAD provide transportation. Ans: yes, as well as porta potty, crane service to life contractor equipment to barge, additionally, the general plans for the APL (similar barge) is provided in lieu of plans for the PEACH (they're not available) The Request for Quotation number is DTMA94Q20110054 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50. This acquisition is a FULL and OPEN Competition. The NAICS is 336611. Work to be completed within 21 days of Notice TO PROCEED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals. A written solicitation will not be issued. The ensuing award is under the authority of FAR Subpart 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities: The vessel: PEACH is located at Suisun Bay, Benicia CA 94510, Description of Service: Perform ultrasonic thickness gaugings on YFNB-5 PEACH (ex-YFN 621), a barge located at the Suisan Bay Reserve Fleet (SBRF), in Benicia, California. REFERENCES: The shell expansion, general arrangement, and structural drawings for PEACH are not available. However, the SBRF's office barge APL-24 is similarly constructed, with a somewhat different tank layout. The general arrangement drawings for APL-24 are available for viewing at SBRF. Work Location : The barge PEACH, currently laid up without electric power in F-Row of SBRF. Transportation to and from PEACH will be provided by SBRF. PEACH is a 261' x 48' ex-U.S. Navy YFN/YFNB built during World War II. Work description : Perform a complete set of ultrasonic thickness gaugings of the barge's shell plating, bulkheads, deck plating, tanktops, and scantlings. These gaugings shall be taken from the interior of the barge, from various tanks and cargo holds. Though the gauging results won't be submitted to the American Bureau of Shipping (ABS), they shall be presented in a graphic format of the type acceptable for submittal to the ABS. Provide all necessary labor, materials, and services to ventilate and gas free all tanks and voids; to dewater them as required; and to provide access and ladders in support of the gaugers. STATEMENT OF WORK Provide the services of an independent, ABS approved, non-destructive testing contractor to perform a complete set of interior ultrasonic hull and scantlings gaugings. A minimum of 2,500 shots shall be taken in the following areas: -Suspected areas throughout the vessel, as directed by the MARAD Marine Surveyor. -Three(3) transverse sections within the amidships half-length of the vessel, including shell plating and internal structures. -Internals of the forepeak tank and forward chain locker. -Internals of the aft chain locker. -Wind-and-water strakes, port and starboard, full length. -Four(4) bottom plate strakes in way of doublebottom tanks. -All weather-exposed main deck plating. -Bottom strakes of the aft cargo hold bulkheads, full width, 6-inches or less up from the deck. -Cargo hold tanktops at aft cargo hold bulkheads, full width, 6-inches or less from the bulkhead. Estimate the original scantlings based on readings taken on intact, un-deteriorated scantlings. The general arrangement of PEACH includes the following spaces: -Forward of the Cargo Holds- -Port forepeak tank/chain locker. -Starboard forepeak tank. -Port and Starboard doublebottom void tanks. -Port and Starboard doublebottom tanks. -Port and Starboard wing tanks. -In way of Cargo Holds 1 through 4, Port and Starboard- -Four(4) sets of Port and Starboard doublebottom tanks. -Seven(7) sets of Port and Starboard wing tanks. -Aft of the Cargo Holds- -Machinery space. -Aft rake dry stores space containing- -Aft chain locker -Port and Starboard lube oil tanks. Provide ladders, hoists, lighting, ventilation; tank cleaning, drying and water transfer; industrial support, gas free certification, and needed services in support of the gaugers. All tanks and voids are empty, or have been pumped as dry as possible, but some contain remaining water which could not be pumped with the equipment available to the SBRF. Some of the remaining water may have to be dried or transferred to SBRF-provided portable tanks aboard PEACH. The gaugers will be required to enter all tanks and voids except the Port and Starboard lube oil tanks in the aft rake. Ventilate and provide a gas free, safe for men certificate issued by an approved Marine Chemist for all tanks and voids. Provide daily recertification by a Competent Person per U.S. Coast Guard (USCG) regulations. 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 Some tank interiors, including the chain lockers, forepeak tank, forward doublebottom tanks, and wing tanks have a bitumastic coating. All other tanks are coated with paint which contain lead. Take necessary precautions when disturbing all coatings. DELIVERABLES Furnish four(4) spiral bound copies of a computer generated report in approved ABS/USCG format showing location of UT measurements and original plate thicknesses. Furnish also an Adobe ".pdf" format electronic copy of the report. The report shall highlight in red print all gaugings with 20% or greater loss of original scantlings. Post and maintain current for the duration of the job a gas free/safe for men certificate. Price Schedule: -0001 Industrial Support and Gauging $__________________ ADDENDUM Para. (p) Limitation of Liability, is revised to read: MCL-H3 INDEMNITY AND INSURANCE The Contractor shall indemnify and save and keep harmless the Government against any or all loss, cost, damage, claim, expense or liability whatsoever because of accident or injury to persons or property of others occurring in connection with the operations under this contract. The Contractor shall secure, pay the premiums for and keep in force until the expiration of this contract, and any renewal thereof, adequate insurance. Such insurance to specifically include liability assumed by the Contractor under this contract. Each policy of insurance shall contain an endorsement that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the insurer or the Contractor gives written notice of cancellation or change as required to the Contracting Officer. When the coverage is provided by self-insurance, the Contractor shall not change or decrease the coverage without the Administrative Contracting Officer's prior approval. A certificate of each policy of insurance shall be furnished to the Contracting Officer within ten (10) days after notice of award certifying, among other things, that the policy contains the aforesaid endorsement. The insurance companies providing the above insurance shall be satisfactory to the Government. Notices of policy changes shall be furnished to the Contracting Officer. The contractor shall provide at the Contractor's expense, within five days of request from the MARAD contracting officer, a copy of all original insurance policies. These may be sent by mail or facsimile machine. INDEMNITY AND INSURANCE (ADDITIONAL) (a) INDEMNITY (1) The Contractor shall exercise reasonable care and use its best efforts to prevent accidents, injury or damage to all employees, persons and property in and about the work, and to the vessel or portion thereof upon which work is done. (2) Except as provided elsewhere in this contract, including any guarantee clause, the MARAD assumes the risk of physical loss or damage to any part of the vessel, its machinery, equipment, stores, and other property including cargo if owned by the Government except to the extent that such loss or damage is caused by the negligence, fault, error, act or omission of the Contractor, its subcontractors, agents, or employees. The burden of proving freedom from fault shall be borne by the Contractor. Unless the loss or damage was caused by the willful misconduct of the Contractor, its executive officers, or superintendents the Contractor's liability under this Contract shall not exceed total damage to the ship or ships including total loss up to $5,000,000 per accident or occurrence per vessel, and shall not exceed in the aggregate per accident or occurrence the sum of total damage to the ship or ships including total loss up to $5,000,000 multiplied by the number of MARAD's vessels in the care, custody or control of the Contractor at the location and at the time of the accident or occurrence giving to the loss or damage. (3) As to third parties, including, but not limited to, agents, employees or servants of the Contractor, or any subcontractor, the Contractor will defend, indemnify and hold harmless the Government, the vessel, its owners and charterers, from all claims, actions, suits, costs, demands and expense of all descriptions arising out of disease, illness, personal injury, death or property damage to any third party in any way related to or arising out of the performance of work under this contract except to the extent caused by the fault, error, act or omission, or negligence of the Government, its agencies or employees. The burden of proving fault of the Government, its agencies or employees shall be borne by the Contractor. (4) As to loss and damage which are the responsibility of the Government, the Government shall be subrogated to any claim, demand, or course of action against third parties which exists in favor of the Contractor, and the Contractor shall, if required, execute a formal assignment or transfer of such claim, demand, or course of action, and shall aid in securing information, evidence, obtaining of witnesses, and cooperate with MARAD in all matters MARAD may deem necessary in defense of any claim, or suit or appeal from any judgment or in effecting indemnity, provided, further, that nothing contained in this paragraph shall create or give rise to any right, privilege or power in any person except the Contractor, nor shall any person (except the Contractor) be or become entitled thereby to proceed directly against the Government, its agencies or instrumentalities, or to join the Government, its agencies or instrumentalities, as a codefendant in any action against the Contractor brought to determine the Contractor's liability or for any other purpose. (b) TYPES OF INSURANCE AND MINIMUM COVERAGE. The Contractor shall at its own expense, provide and maintain the following insurances during the entire performance of this contract. (1) Workmen's Compensation, including Longshoremen & Harbor Worker's Act coverage - Covering all agents, servants, borrowed servants, statutory employees of Contractor for all compensation and other benefits required by applicable state and federal law or by governmental authority on account of injury, death, sickness or disease - Statutory - no minimum. (2) Employers Liability - to cover both injury and death resulting from accident, sickness or disease - $1 million bodily injury by accident, each accident - $1 million bodily injury by disease each accident - $1 million bodily injury by disease in the aggregate. (3) Maritime Employers Liability (Jones Act) to cover both injury and death resulting from accident, sickness or disease - $1 million for each person per occurrence and $1 million in the aggregate. (4) Comprehensive General Liability to include coverage for (but not limited to) products and completed operations liability, property damage liability and contractual liability - $1 million combined single per occurrence limit for bodily injury and property damage and $1 million in the aggregate. (5) Ship Repairers Legal Liability - coverage to be provided under the standard London or American Institute forms or their equivalent $1 million per vessel, per occurrence or such other amount as may be requested. (6) Pollution - sudden and accidental liability - $1 Million per occurrence. (c) All such insurance shall be subject to the approval of the Division of Marine Insurance and will contain thirty (30) calendar days advance notice of cancellation or of any non-renewal which is the option of the insurer, said notice to be provided to the U.S. Department of Transportation, Division of Marine Insurance, MAR-590 W23-313, 1200 New Jersey Ave SE Washington, DC 20590. (d) FORM OF CONFIRMATION (1) The pollution insurance may be a separate policy or part of the Comprehensive General Liability policy, but the coverage must be specifically shown on the required confirmation of insurance. Excess liability and umbrella liability policies may be used in the excess of primary policies to meet the minimum limit requirements. The United States of America shall be an additional assured in the Ship Repairs Legal Liability policy, Comprehensive General Liability Policy and Pollution Policy. Such policies shall contain a clause statement that there is no recourse against the United States of America for payment of premium. All such insurance shall be subject to the approval of the Division of Marine Insurance and must contain thirty (30) calendar days advance notice of cancellation (without disclaimer) or of any non-renewal which is the option of the insurer, said notice to be provided to the U.S. Department of Transportation, Division of Marine Insurance, MAR 590 W23-313, 1200 New Jersey Ave SE., Washington, DC 20590. (2) The Contractor shall have its insurance broker provide a detailed certificate of insurance, cover note or policy confirming the above required coverage. The confirmation shall name the Contractor and United States of America as assureds and confirm the types of coverage, policy forms, policy periods, deductibles (if any) and underwriters with their percentage of participation. The N.Y. Usable Clause or Service of Suit USA Clause must be confirmed for any Foreign underwriter placements. The policy amounts, terms and conditions, deductibles and underwriters shall at all times be satisfactory to the Maritime Administration. (e) The contractor shall insert the substance of this clause in subcontracts under this contract that require work on a Government installation. ADEDENDUM to FAR 52.212-4 Para.(g) Invoice The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov. Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P WR Invoices Branch AMZ-150 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P WR Invoices Branch AMZ-150 6500 S MacArthur Blvd. Oklahoma City, OK 73169 IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) makes mandatory the requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED For DOT clauses e.g. 1252... go to http://www.dot.gov/ost/m60/tamtar/part1252.htm#1252.2 1252.217-70 Guarantee. APR 2005) 252.242-73 CONTRACTING OFFICER'S TECHNICAL REPRESENTATION 1252.217-72 PERFORMANCE 1252.217-73 INSPECTION AND MANNER OF DOING WORK 1252.217-74 SUBCONTRACTS 1252.217-79 DELAYS 1252.217 -80 DEPARTMENT OF LABOR SAFETY AND HEALTH FOR SHIP REPAIR 52.233-02 Service Of Protest August 1996 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Kathryn.rato@dot.gov. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB1998) 52.227-14 Rights in Data-General. Dec 2007 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513).Show citation box 1252.217 -80LABOR SAFETY AND HEALTH FOR SHIP REPAIR Nothing contained in this contract shall relieve the Contractor of any obligations it may have to comply with-- (a) The Occupational Safety and Health Act of 1970 (29 U.S.C. 651, et seq.); (b) The Safety and Health Regulations for Ship Repairing (29 CAR part 1915); or (c) Any other applicable Federal, State, and local laws, codes, ordinances, and regulations MCL.E-1 Delegation of Inspection and Acceptance AUG05 The Contracting Officer's Technical Representative shall be delegated the responsibility and authority to conduct inspection and acceptance duties for this contract. MCL.H01 Supplemental Growth Repair: The labor rate offered in Section B under the Supplemental Repair Work CLIN shall be a yardwide composite labor rate and shall include all management, supervision, overhead, G&A, handling charges, freight and profit. The yardwide composite rate offered by the Contractor shall be binding during the entire period of this Contract for all supplemental work which cannot be accurately described at this time and is not included in other CLIN specifications. The Government may order up to 50 percent more hours than are currently estimated in the CLIN at the same labor rate provided therein. MLC.H-2 Supplemental Work Request The labor rate offered in Section B under the Supplemental Repair Work CLIN shall be a yardwide composite labor rate and shall include all management, supervision, overhead, G&A, handling charges, freight and profit. The yardwide composite rate offered by the Contractor shall be binding during the entire period of this Contract for all supplemental work which cannot be accurately described at this time and is not included in other CLIN specifications. The Government may order up to 50 percent more hours than are currently estimated in the CLIN at the same labor rate provided therein, through bilateral agreement with the COTR though the sum of all bilateral COTR/Contractor agreements (e.g. Delivery Orders) shall not exceed the total contract value. MLC. H-12 Maritime Liens No Authority to Incur MCL.H5 MARAD RESERVE FORCE SAFETY RULES FOR CONTRACTORS MCL.L-2 Agency Protests U.S. Maritime Administration Provisions and Clauses (MCL.) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm The contractor shall include this clause in all major subcontracts. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.222-50 Combating Trafficking, FAR 52.233-03 Protest After Award, FAR 52.233-04 Applicable Law for Breach of Contract Claim, FAR 209-6 Protecting the Government's Interest when Subcontracting with contractors Debarred, etc.; FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-19 Child Labor. FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.219-4 Notice of Evaluation preference for HUBZone Small Business Concerns if offer elects to waive indicate in Offer. (15USC 657a), FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); FAR 52.239-01Privacy or Security Safeguards, FAR 52.222-36 Affirmative Action for Workers w Disabilities FAR 52.222-40 Notification of Employees Rights under the Nat'l labor Relations ACT FAR 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.) laboror $15.50/hr. The Department of Labor Wage Determination No. 2005-2069-Revision No. 11 apply, see attached. Or go to http://www.wdol.gov/sca.aspx#0 52.225 ‐ 3, Buy American Act ‐‐ Free Trade Agreements ‐‐ Israeli Trade Act (Over 25K) The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Additionally, along with offer, offerors are to complete 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required 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.) SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award one firm-fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered based on the total price for all CLINS. The following factors shall be used to evaluate offers: Past Performance e.g. ABA approval is a pass or fail then low Price AWARD: This purchase will be based on the following criteria: Past performance and price will be evaluated. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the best terms from a price and technical standpoint. 1) the total sum PRICE: will be the evaluated in comparison to the others received. 2) PAST PERFORMANCE: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material, etc.), 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, competence, customer satisfaction, management and adequate oversight. Relevance is specific experience with ABS approved technician. Please include in offer, the name of the Group that will receive subcontracting for hull gauging work in order that the ABS listing may be validated. 3) OFFERS: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors' offers shall consist of a signed quotation of prices for all the CLINs, (all is needed to be included in offer), submitted to the primary contact listed on this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA94Q20110054/listing.html)
 
Place of Performance
Address: Suisun Bay, Benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN02569811-W 20110911/110910000305-23fa51f082e4d109b310bbef6d3172f6 (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.