SOLICITATION NOTICE
J -- Shipfitter, Burner and Tacker for Structural Ship Repair
- Notice Date
- 8/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N62799 808 Burwell Street Naval Station Bremerton Bremerton, WA
- ZIP Code
- 98314-5020
- Solicitation Number
- N6279904Q0004
- Response Due
- 8/11/2004
- Archive Date
- 3/31/2005
- Point of Contact
- Dennis D. Harris (360) 476-4054 Karen W. Carter Contract Specialist (360) 476-4053
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation N62799-04-Q-0004 is issued as a Request for Quote, authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items to utilize Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 & 23. NAICS Code is 336611. Small business size standard is 1000 employees. This is a small business set-aside. The contractor shall provide ship fitter/burner/tacker and supervision for ship structural repair in accordance with the attached Statement of Work. The following attachments are incorpor! ated as part of this solicitation and can be downloaded at link: http://www.neco.navy.mil 1) Pricing Schedule, and 2) Statement of Work. The following FAR provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors – Commercial Items (Jan 2004), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price.], FAR 52.212-3, Alt I, Offeror Representations and Certifications--Commercial Items (Jan 2004), and FAR 52.233-2 Service of Protest (Aug 1996). The following FAR clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2003), FAR 52-204-7 Central Contractor Registration; with 252.204-7004 ALT A (Nov 2003). Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.211-15 Defense Priority and Allocation Requirements (Sept 1990), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-1 ALT I Small Business Program Representations (Apr 2002), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.242-13 Bankruptcy (Jul 1995), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2004) under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) (7) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) (13) FAR 52.222-3 Convict Labor (Jun 2003) (14) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (15) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (16) FAR 52.222-26 Equal Opportunity (Apr 2002), (17) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (18) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (19) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (24) FAR 52.225-13 Restriction on Certain Foreign Purchases (Oct 2003), (29) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial items (Jun 2003) (DEVIATION), FAR 52.228-5 Insurance--Work on a Government Installation (Jan 1997) FAR 52.232-17 Interest (Jun 1996), FAR 52.232-18 Availability of Funds (Apr 1984), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004); under para (a), the following clause is incorporated: FAR 52.203 Gratuities (Apr 1984) under para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), DFAR 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003), and DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) DFAR 252.225-7031 Secondary Arab Boycott of Israel (Apr 2003), DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS 252.204-7000 Disclosure of Information (Dec 1991), DFARS 252.209-7001 Disclosure of Ownership or Control By The Government of a Terrorist Country (Mar 1998), DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country (Mar 1998), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), DFARS 252.242-7000 Postaward Conference (Dec 1991), DFARS 252.243-7002 Requests For Equitable Adjustment (Mar 1998), DFARS 252.247-7023 Transportation of Supplies By Sea (May 2002). Quotes may be faxed to Dennis Harris or Karen Carter at (360) 476-4930 or mailed to the above address. Submit the following items with the quotation: 1) Pricing Schedule, 2) Completed Representations and Certifications, as required in FAR 52.212-3, Alt I, and 3) Completed Offeror Representations and Certifications--Commercial Items, as required in DFAR 252.212-7000 (accessible at http://www.arnet.gov/far). Bidders Questions must be received no later than 9 August 2004; 12:00 P.M. Offers are due no later than 11 August 2004; 12:00 P.M. (Pacific Daylight Time). Anticipated award date is on or about 16 August 2004. RFQ N62799-04-Q-0004 PRICING SCHEDULE ITEM NO. SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT Labor 0001 Shipfitter/Burner/Tacker 5,250 Hours $___________ $___________ Labor 0002 Supervisor 700 Hours $___________ $___________ 0003 Marine Chemist 5 Job $___________ $___________ GRAND TOTAL $________________ STATEMENT OF WORK N62799-04-Q-0004 GENERAL REQUIREMENTS 1. Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) requests contractual services for shipfitter, burner and tacker requirements. 2. This is a level-of-effort order. During the period of performance the contractor shall be assigned taskings that will involve specific work packages in specialized areas of structural repair. Due to the nature of the work environment in the repair, Puget Sound Naval Shipyard (PSNS) & Intermediate Maintenance Facility (IMF) will reserve the right to alter the estimated schedules to accommodate confinement and availability of shipboard spaces, work schedule, work progress and conflicting repair operations. 3. It is anticipated that this work will begin on or about 16 August 2004 and task completion will be no later than 25 September 2004. The estimated level of effort will be as follows: ESTIMATED LEVEL OF EFFORT REQUIRED TASKS HOURS Shipfitter/Burner/Tacker 5,250 Supervision 700 TOTAL 5,950 MARINE CHEMIST 5 TRIPS 4. The contractor shall observe the same holidays as the Government and be open for business at all other times. It is anticipated the task hours assigned will be worked during a six-day workweek,10 hours a day on both day and swing shifts. The ten-hour shift for day shift and swing shift is 05:20 A,M. – 4:02 P.M., and 3:42 P.M. – 02:12 A.M., respectively. The Government will provide the work schedule to the contractor one (1) week in advance. 5. a. The contractor shall accomplish the following work tasks using (PSNS & IMF) processes, technical work documents and shall comply with the technical specifications of Attachment (1). The contractor shall provide their own personal hand tools and equipment associated with the Shipfitter trade. Examples include reciprocating saws, tape measure, rotary files (burr motor), scrapers, grinders, bayflex grinder, and needle guns. All trades personnel provided by the contractor shall be qualified in accordance with Attachment (2). The Contractor shall price five trips for a Marine Chemist. b. The contractor shall maintain personnel qualification records and shall provide these records to PSNS & IMF upon request. The contractor shall provide first line supervision (or work leaders) and program management to ensure proper execution of the tasks described herein. The contractor shall provide in process inspections. Contractor shall be responsible to utilize controls (i.e. - containments and barriers) to contain debris and prevent damage to ship equipment during work performance. PSNS & IMF will provide all quality assurance and engineering support that may be required in the assigned taskings. c. Specific Shipfitter/Burner/Tacker Tasks (1) Perform shipfitter/burner/tacker work tasks involving the modification, fabrication, repair, assembly, and installation of various metal structures of ships. (2) The shipfitter/burner/tacker tasks require the ability to read blueprints/drawings, knowledge of shipfitting equipment, structures, and metals; skill in laying out work, cutting/burning, and shaping of metal parts, and ability to position, align, and secure parts and subassemblies on ships. Production welding will not be required. d. Specific Supervision Task (1) Provide overall management, oversight and supervision to ensure proper execution to effectively manage the work of this purchase order. (2) Resolve contractor personnel problems. (3) Maintain accurate account charging. (4) Ensure contract labor hours are reported daily by Task Group Instruction (TGI). (5) Maintain a job sheet that tracks the amount of contract man-hours expended, date completed, and the signature of the supervisor upon completion. The job sheet(s) shall be provided to the PSNS point of contact (POC). (6) Maintain total program oversight. 6. The general requirements for the assigned task are as follows a. PSNS & IMF shall determine the priority of work. b. Work assignments to the Contractor shall be via designated PSNS & IMF POC’s to designated Contractor supervisor(s), or work leaders, for dissemination to the Contractor’s workforce. The designated PSNS & IMF POC’s will provide technical work documents in the form of Task Group Instructions (TGI’s), or applicable portions thereof, to the designated contractor supervisor prior to each task assignment. Designated POC’s for PSNS & IMF are Assistant Project Superintendents (APS’s) and Zone Managers. c. The contractor’s supervisor shall review the TGI prior to execution to confirm the contractor personnel can execute the work as specified. d. The Contractors’ supervisors (or work leader) shall provide oversight of the contractor’s workforce accomplishing work tasks. e. The contractor supervisor will provide TGI’s back to the designated PSNS & IMF POC for final QA review and closure. f. Task scheduling and assignment shall be as required by PSNS & IMF (via PSNS & IMF and contractor designated ‘Points of Contact’) in accordance with the work requirements at the time. g. PSNS & IMF shall schedule and provide PSNS & IMF indoctrination training for contractor employees and this indoctrination training must be completed prior to individual contractor employees performing work in the shipyard. h. The contractor will not be required to perform work that violates any current negotiated agreements between the contractor and their union. i. Conflict resolution and/or administrative actions affecting the contractor’s employees shall be the responsibility of the contractor’s management. j. Conflict resolution and/or administrative actions affecting PSNS & IMF employees shall be the responsibility of PSNS & IMF management k. PSNS & IMF agrees to provide workspaces for contractor personnel assigned to PSNS & IMF. The contractor’s mechanics shall provide their own personal hand tools, personal protective equipment (PPE) and any other work apparel typically provided by their employer. l. The contractor shall manage lodging and travel for their personnel. m. All contractor personnel working at PSNS & IMF in support of this agreement shall be citizens of the United States of America. n. PSNS & IMF reserves the right to alter the period of performance of specific tasking if the task completes earlier than planned or if task execution problems/delays cause a significant work stoppage o. PSNS & IMF will schedule Contractor-provided Gas Free Services at a minimum of 24 hours in advance. At that time, a schedule will be implemented to update, as required. Emergent Gas Free Services may be scheduled in less than an hour, but will be limited to “real” emergent requirements. 7. Workforce safety shall include, but is not limited to: a. The contractor shall supply all Personal Protective Equipment (PPE) in accordance with the appropriate Occupational Safety and Health Association (OSHA) Standard. The following list provides examples of typical equipment used: steel-toed shoes, safety glasses, hard hats, earplugs, fall protection, flashlights, and respiratory equipment. PSNS & IMF will provide technical specifications on how to adapt contractor provided breathing apparatus into the shipyard’s breathing air system. b. Gas Free certification, the contractor is fully responsible for the safety of contractor employees and assumes all responsibility for both the initial Gas Free certification of all applicable spaces and for all subsequent updates of the certification. An NFPA-Certified Marine Chemist or OSHA competent person is required to conduct the initial Gas Free Certification per the requirements of 29 CFR 1915. c. Injury reporting for contractor personnel shall be the responsibility of contractor management. PSNS & IMF managers must be informed of any injuries within 24 hours of occurrence. The contractor will cooperate with any safety investigations. d. The contractor will be responsible to comply with all environmental and safety requirements and designate a POC for these issues. e. Contractor personnel shall have been trained (by the contractor) in asbestos awareness, OSH lockout/tagout energy control, fall protection, hearing conservation, eye safety awareness, lead awareness, and general respiratory training prior to task performance at PSNS & IMF. 8. All work shall be accomplished in accordance with local, state, and federal regulations. This includes, but is not limited to: (a.) NAVSHIPYDPUGET P5100 (14) Handbook for Contractors and Visitors. (b.) 29 CFR 1915 (Shipyard Industry) (c.) OSHA Directive Standard 2 (Identification of General Industry Safety and Health Standard Applicable to Shipyard Work) (d.) National Fire Protection Association Standard 51B, 1999 Edition (Standard for Fire Prevention During Welding, Cutting, and Other Hot Work) (e.) Environmental and Safety Requirements for the Bremerton Naval Complex (reference 8.a. above) Schedule Information CLIN 0001 Period of Performance 16 August 2004 – 25 September 2004 TITLE BADGE Men Per Day Start Date Completion Date Total Work Days TOTAL HOURS Shipfitter/Burner/Tacker G 15 16 Aug 04 21 Aug 04 6 900 Shipfitter/Burner/Tacker G 15 23 Aug 04 28 Aug 04 6 900 Shipfitter/Burner/Tacker G 15 30 Aug 04 4 Sep 04 6 900 Shipfitter/Burner/Tacker G 15 7 Sep 04 11 Sep 04 5 750 Shipfitter/Burner/Tacker G 15 13 Sep 04 18 Sep 04 6 900 Shipfitter/Burner/Tacker G 15 20 Sep 04 25 Sep 04 6 900 CLIN 0002 Period of Performance 16 August 2004 – 25 September 2004 TITLE BADGE Men Per Day Start Date Completion Date Total Work Days TOTAL HOURS Shipfitter/Burner/Tacker G 2 16 Aug 04 21 Aug 04 6 120 Shipfitter/Burner/Tacker G 2 23 Aug 04 28 Aug 04 6 120 Shipfitter/Burner/Tacker G 2 30 Aug 04 4 Sep 04 6 120 Shipfitter/Burner/Tacker G 2 7 Sep 04 11 Sep 04 5 100 Shipfitter/Burner/Tacker G 2 13 Sep 04 18 Sep 04 6 120 Shipfitter/Burner/Tacker G 2 20 Sep 04 25 Sep 04 6 120 Attachment (1) Technical Specifications 1. Technical Work Documents issued by Puget Sound Naval Shipyard & Intermediate Maintenance Facility (will be issued after award of Purchase Order) 2. The Contractor shall comply with all Federal, state, and local environmental and safety laws and regulations Attachment (2) Shipfitter/Tacker/Burner Skill/Qualification Requirements 1. General Task Skill/Qualification Requirements a. The contractor shall provide verification that each individual filling the contract has been trained and/or is currently qualified to:  Submarine Indoctrination/Nuclear Awareness;  Wear “trade necessary” personal protective equipment (PPE);  Perform work in accordance with written technical work documents and in compliance with various environmental requirements. b. Copies of training record and certification of required medical qualifications along with expiration dates for each individual shall be provided to PSNS C/903 Training Department (POC is Al Durban (360) 476-5339). These training records shall identify personnel qualifications (e.g. fall protection, respirator, confined space…etc) and expiration date of each/all qualification c. Before accomplishing any work, the Government will provide PSNS familiarization training for contractor employees. Familiarization training typically consists of topics such as:  Pre-Shift Briefing Requirements;  Task Group Instruction Usage (Technical Work Documents);  Work Control Compliance;  Ship Safety Requirements (6010 manual); and  Deficiency Reporting Forms/Work Control Procedures. For more information contact PSNS C/909.2 Production Resources Branch (POC is Rob Sergeson (360) 476-7497). 2. Specific Task Skill/Qualification Requirements Industrial Shipfitter/Tacker/Burner Task Skills/Qualifications: a. Shipfitter/Tacker/Burners assigned shall be qualified. Personnel shall meet the requirements of NAVSEA 009-12 standard for welding; b. Shipfitters with experience modifying, fabricating, repairing, assembling, and installing various metal structural parts of ships; c. Qualified and proficient in reading drawings and laying out associated work to be executed; d. Qualified and proficient in the use of typical trade related equipment, precision measuring instruments and reciprocating saws, grinders and tacking equipment; e. Trained to perform work in accordance with written technical work documents. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N62799/N6279904Q0004/listing.html)
- Record
- SN00639199-F 20040808/040806220214 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |