Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

20 -- Radiation Follow On Ssurvey - Enclosure 1

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7385
 
Archive Date
4/21/2012
 
Point of Contact
Tommy A. Hale, Phone: 7574435880
 
E-Mail Address
tommy.a.hale@navy.mil
(tommy.a.hale@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Enclosure 1 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 N40442-12-T-7385, 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 2005-57, effective March 15, 2012. NAICS code 541620 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 BRIDGE for the following services: The requested period of performance for the below service is May 23 - 30 2012 and survey to follow June 4 - 30 2012 1.0 ABSTRACT: 1.1. This item describes the requirements to complete a follow on radiological survey on USNS Bridge prior to/and during its Voyage Repair Availability. 2.0 REFERENCES: 2.1. NAVSEA Drawing 085-6931781, Booklet of General Drawings. 2.2. MSC Fire Control Plan DWG 8195095 2.3. NAVSEA Drawing 512-6931582, HVAC Diagrams, Rev C. 2.4. NAVSEA Drawing 251-6360586, Propulsion Gas Turbine Combustion, Cooling Air, Deicing, and Exhaust Diagram. 2.5. NAVSEA Drawing 517-6360600, Auxiliary Boiler Forced Draft and Exhaust System. 2.6. NAVSEA Drawing 342-6360601, Diesel Generator & Incinerator Combustion Air & Exhaust. 2.7. NAVSEA Drawing 500-6362651, Outfitting Arrgt MMR#1 and MMR#2 Intake Ducts 01 Level and Below. 2.8. NAVSEA Drawing 500-6362689, Outfitting Arrgt MMR#1 and MMR#2 Intake Trunks 04 Level to 01 Level. 2.9. NAVSEA Drawing 500-6362653 (Rev E) Composite Arrangement Main Machinery Room 2 Uptake Space A2-165, 266, 318, 360, & 398. 2.10. NAVSEA Drawing 500-6362652 (Rev G) Composite Arrangement Main Machinery Room Uptakes Space A2-129, 237, 267, 305, & 343. 2.11. NAVSEA Drawing 6360601, Diesel Generator Combustion Air and Exhaust 2.12. ORAU REPORT - Final Characterization Survey of USNS Bridge - ORAU Held Report. 2.13. NAVSEA Radiological Controls Manual for Fallout Remediation 3.0 ITEM LOCATION/DESCRIPTION: 3.1. Location: See Enclosure one below. 3.2. Item Description/Manufacturer's Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: 5.1. Survey shall be conducted while the vessel is inport, location to be provided by Ship's Principle Port Engineer. 5.2. Gas Turbine and Diesel Generator enclosure surveys shall be arranged by Ship's Force. 5.3. Ship's Force will de-energize/tag out/lock out all effected systems prior to conducting radiological surveys. 5.4. Ship's Force will open all access(s) required to perform radiological surveys at Naval Magazine Indian Island. The shipyard contractor will perform all openings relating to surveys taken in Para 7.7. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1. All work shall be performed to the satisfaction of the MSFSCREP. 7.0 STATEMENT OF WORK REQUIRED: 7.1. The radiological survey shall be completed by a representative qualified to execute radiological work in accordance with NAVSEA, U.S. Nuclear Regulatory Commission, and/or Department of Energy Standards. 7.2. The Contractor shall take readings of contamination and convert the readings in to corrected counts per minute (ccpm). The Contractor shall use Reference 2.13, Table 4.1 as the benchmark for determining contamination. 7.3. The Contractor shall provide labor, materials, special tools and instruments required to accomplish this work item. 7.4. The affected systems shall be tagged out prior to each survey with the assistance of Ship's Force. 7.5. The Contractor shall provide certified radiological surveyor(s) to perform radiological survey on USNS BRIDGE, using References 2.1-2.9 as guidance, in the following locations in Enclosure ONE. This survey shall be performed at the Naval Magazine Indian Island, WA, for approx seven (7) days. The start date will be provided by the Principle Port Engineer. The overall purpose of this visit is to determine if the spaces listed in Enclosure One are within the safe working levels per Reference 2.13, Table 4.1. 7.6. The Contractor shall provide an estimate for services for certified radiological technicians for the period of approx twenty one (21) days, starting September 1, 2012 The technician will perform work site surveys of structures and equipments, designated by the ship's principle port engineer, to determine safe working levels and areas that might be found to be contaminated and remediated, per Reference 2.13. The location of performance will be provided to the Contractor upon award. For bidding purposes; estimate 21 days in San Diego. 7.7. Preparation of Documentation: 7.7.1. The Contractor shall provide a survey report that will document all areas of contamination and radioisotopes found. The Contractor shall provide survey maps of the affected areas found throughout the vessel. This requirement is applicable to the 7 day site survey at the Naval Magazine and the 21 day period in San Diego. 7.7.2. The Contractor shall provide a report of recommended actions for decontamination of the areas found to have contamination. 8.0 GENERAL REQUIREMENTS: None See Enclosure 1 The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 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, https://www.acquisition.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 (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 06 April 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Tommy.A.Hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b5026fcf7cac64fd09b61453c50a5f1e)
 
Place of Performance
Address: NAVMAG Indian Island and San Diego, CA, United States
 
Record
SN02711348-W 20120404/120402234739-b5026fcf7cac64fd09b61453c50a5f1e (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.