Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2008 FBO #2418
SOLICITATION NOTICE

20 -- Provide Labor and Material for Shipboard Painting and Preservation on board the USNS COMFORT

Notice Date
7/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5362
 
Archive Date
7/26/2008
 
Point of Contact
Patricia A Madison,, Phone: 757-417-4576
 
E-Mail Address
patricia.a.madison@navy.mil
 
Small Business Set-Aside
N/A
 
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 N40442-07-T-5362, 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 2005-24. NAICS 238320 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the services of a qualified marine repair firm specialized in shipboard painting and preservation to perform the following services: 1.0ABSTRACT 1.1This item describes the requirements to completely remove and replace the non-skid coating system on the Deck and to replace the slick deck paint system. 2.0REFERENCES: None 3.0ITEM LOCATION/DESCRIPTION 3.1Location/Quantity 3.1.1Location: 02 Open Deck Level 3.1.2Quantities: A.Pedestrian Deck with 13,500 Sq. Ft of surface area to be Vacuum abrasive blasted and recoated using non-slip deck covering system. B.Slick Deck: 1500 Sq Ft of surface area to be hand tooled and recoated using slick deck coating system. 4.0GOVERNMENT FURNISHED MATERIAL/SERVICES: 4.1Government Furnished Material (GFM) 4.1.1Pedestrian Deck Coating Products: Interzinc 75V Reddish65 Gal Intergard 264 Buff 45 Gal Intergard 264 Light Gray150 Gal Interzone 1000 16/30 Mesh150 Gal Interthane 990HS White Topping65 Gal GTA220 Thinner45 Gal GTA056 Thinner15 Gal 4.1.2Slick deck Gutter Coating Products: Interzinc 75V Reddish25 Gal Intergard 264 Buff(Stripe Coat)15 Gal Intergard 264 Light Gray5 Gal Interthane 990HS White20 Gal NOTE: Thinner is supplied for spray reduction only and not for equipment cleanup. 5.0NOTES: None 6.0STATEMENT OF WORK 6.1Documentation and Sketches 6.1Prepare and submit a sketch, depicting DFT readings taken for each coat at a rate of two (2) readings per 100 square feet of painted surfaces. 6.2Notify the MSCREP of intent to apply paint twenty-four (24) hours in advance. 6.2Arrangements and Outfitting 6.2.1Temporarily plug, seal, and cover all vents, pipes, ducts, and openings to ships interior and systems located vicinity of the work area to prevent contamination from entering while conducting Vacuum blasting, cleaning, and coating operations. Upon completion of blasting and coating operations remove all temporary coverings. 6.2.3Provide, erect, and maintain temporary overhead protection to protect all areas of the 02 Deck from adverse weather conditions. The overhead protection shall consist of plastic sheeting, supported by temporary stanchions. This overhead protection shall be erected also for deck temperature control prior to paint application. 6.2.4Ensure paint is stored and applied within manufacturer’s recommended temperature range. 6.2.5Take and record air temperature, steel surface temperature, and dew point temperature immediately before applying any paint. Submit readings to MSCREP prior to paint application. 6.2.6The air and metal surface temperatures shall register within the permitted range for application published by the paint manufacturer. 6.2.7Ensure ambient air and metal temperatures are at least 5 degrees above dew point temperature, and relative humidity is no greater than 85% during all coating application. 6.2.8Ensure application, thinning, and re-coat times comply with manufacturers specifications and recommendations. 6.3Surface Preparation 6.3.1 Clean the entire deck to be coated to remove all oil, grease, dirt, soil, salts, and contaminants IAW SSPC-SP 1 using minimum 3500 psi pressure washer. After cleaning has been performed chloride testing shall be performed on random areas, three tests for every 1000 sq. ft. or one test per 300 sq. ft. The maximum allowable contamination concentrations shall be less than 10 ug/cm^2 of chloride contaminants. 6.3.2Vacuum-blast all Deck surfaces to be coated to an SSPC-SP10 standard (i.e. Near White). Use only portable centrifugal blasting equipment and no open nozzles. Ensure that the surface profile of the vacuum blasted decking is 2 to 3 mils. 6.3.3Power tool clean to SSPC-SP11 all verticals 4-inch from deck and areas inaccessible to abrasive blasting. 6.3.4Power tool clean all areas of the 02 Deck coaming down to bare metal or tightly adhering paint. Those areas taken down to bare metal shall receive an SSPC-SP11 finish. 6.4Coating Application 6.4.1Ensure all surfaces to be painted are free of dust, oil, grease, salt deposits, moisture, rust bloom, and any other foreign materials. 6.4.2Brush apply the following primer to all blasted and power tool cleaned deck surfaces: One coat Interzinc 75V Reddish 2-3 mils DFT 6.4.3Brush/roll apply one (1) Stripe coat to all welds, edges and backsides to ensure complete and adequate coverage of all surfaces after initial prime coat application using the following coating. One coat Intergard 264 Buff 5-6 mils DFT 6.4.4Brush apply the following primer to all previously coated cleaned deck surfaces: One coat Intergard 264 Gray/Interzone 1000 Broadcast 6.4.5Apply coat of Intergard 264 Gray then while coating is still wet, broadcast Interzone 1000 16/30 mesh to all deck surfaces except as follows: A four (4) inch strip adjacent to all bulkheads, gunwales, fishplates, curbs, ship's equipment, tie-downs, sprinklers, soft plate perimeters, and light guards. NOTE: Applicator will submit a daily report, which will include sketch of each area non-skid coated, dimensions of areas, square feet of surface in areas, and gallons of non-skid coating applied in each area. Non-Slip application shall commence no later than three days after installation of the second primer coat. NOTE: Before the start of production application of any non-skid coating, a test patch will be applied. This test patch will be agreeable to the MSCREP and the International paint representative and will stand as a "texture and profile" standard for the entire job. 6.4.5Apply one topcoat of International Interthane 990HS White to the entire deck including the 4-inch strip and all areas exempted from non-slip coating in Paragraph 6.4.4. The topcoat shall be 3-5 mils DFT. Apply one topcoat of International Interthane 990HS White @ 3-5 mils DFT to entire deck. This includes all vertical surfaces and appendages previously primed. 6.5Slick Deck Preservation 6.5.1Upon completion of blasting apply the following paint system on slick deck and adjacent vertical surfaces: Interzinc 22HS Reddish Gray as Primer Coat2-3 Mils Intergard 264 Buff5-6 Mils Intergard 264 Light Gray 5-6 Mils Interthane 990H White2-3 Mils 6.6Preparation of Drawings/Documentation: 6.5.1Submit ‘as painted’ coating report to MSCREP within three (3) days of completion. The Report shall include number of square feet blasted, cleaned, and primed; square feet non-skid coating; lineal feet color striping; and name, batch number, and number of gallons of each product applied. The requested period of performance for the above service is 11 July – 29 Aug 08. Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 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. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 11 July 2008 11:00 A.M. Offers can be emailed to patricia.a.madison@navy.mil or faxed to 757-417-4606 Attn: Patricia Madison. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d30c2e8a3621cab26a0155b9226cae39&tab=core&_cview=1)
 
Place of Performance
Address: 4209 Newgate Avenue, Canton Pier 11, Baltimore, Maryland, 21224-6416, United States
Zip Code: 21224-6416
 
Record
SN01609046-W 20080710/080708221639-d30c2e8a3621cab26a0155b9226cae39 (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.