SOLICITATION NOTICE
80 -- Sandblast, Paint and apply Film Gel on Tulsa Crane Barge
- Notice Date
- 9/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332813
— Electroplating, Plating, Polishing, Anodizing, and Coloring
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ08T0010
- Response Due
- 10/7/2008
- Archive Date
- 12/6/2008
- Point of Contact
- Jackie Primer, 1-901-544-3340<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a contract for the sandblasting and painting of the Motor Vessel Mississippi Landing Barges as defined in the statement of work. This acquisition is 100% set-aside for small business. The associated NAICS code is 332813 with a size of 500 personnel. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. STATEMENT OF WORK: SANDBLASTING AND PAINTING TULSA DISTRICT CRANE BARGE 1.0OBJECTIVE The Contractor shall perform sandblasting, mechanical cleaning, and painting of the Tulsa District Crane Barge as defined in this Statement of Work. 2.0DESCRIPTION OF VESSEL The vessel is approximately 153 ft. long, 50 ft. wide and has an 8-6 draft. The vessel will be dry-docked at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. 3.0PERIOD OF PERFORMANCE The period of performance for this project is 90 Calendar Days from date of contract award. Normal business hours at Ensley Engineer Yard are 0700-1530 Monday through Friday. Contractor hours may be adjusted. If alternate hours are requested, this must be specified in the contractors proposal. 4.0SAFETY REQUIREMENTS Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. 4.1ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractors site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385-1-1, 3 November 2004, Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. Prior to the project beginning, a safety conference with the corps representative and safety officer will be held with the contractors employees. At a minimum, fall, respirator, eye protection, confined space requirements per 29 CFR 1910.120 and 1910.146, and the contractors site-specific accident prevention plan will be discussed in a pre-start up conference. 4.2ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer or Contracting Officers Representative (COR). Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective actions to the Contracting Officer, on ENG Form 3394, as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. 4.3MACHINERY AND MECHANIZED EQUIPMENT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipment inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. 4.4FIRST AID/CPR REQUIREMENTS: Two employees shall be certified in CPR and first-aid pre shift/per site. Proof of certification shall be provided to the COR. 5.0GOVERNMENT RESPONSIBILITIES The Government is responsible for providing the following: 5.1At project completion the Contractor and the Dock-master [Sidney Parker 785-6059] will make a joint visual inspection of the project location and needed repairs will be noted and made by the contractor immediately. 5.2The vessel will be moved 1 [one] time at government expense to allow completion of sandblasting and painting. Expense of additional moves will be borne by the contractor. 5.3All 18 inch Nabrico manholes will be sealed by the government prior to sandblasting. 5.4The Government will provide reasonable utilities at its discretion. 6.0CONTRACTOR RESPONSIBILITIES The successful offeror will be responsible for the following requirements: 6.1Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. Contractor is to provide an on site supervisor on the job site for the duration of the job. 6.2The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. 6.3All areas and equipment not requiring painting will be completely protected from blast media and over sprays. All electrical and mechanical equipment on the deck is to be sealed prior to sandblasting. 6.4Contractor must contact or Sidney Parker at 901-785-6058 to arrange for placement of contractor equipment. 6.5All contractor equipment will be removed immediately from government property at job completion. 6.6Any Or Equal material proposed by the contractor will be submitted for prior approval by the Contracting Officers Representative. 6.7Environmental Concerns: The Contractor will be responsible for the following environmental concerns: 6.7.1Containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. 6.7.2No waste of any kind is to enter the lake. If contamination occurs, it will be the contractors responsibility for immediate remediation. 6.7.3The contractor and the Corps of Engineers representative will agree upon a bi-weekly clean-up day. All waste will be removed from the dry dock and immediate area. Waste and blast media will be removed from Government property on a bi-weekly basis. 6.7.4Fuel storage tanks must be double wall or stored in a spill containment pan capable of holding at least 10% of the tank volume. 6.7.5All paints/thinners or similar materials must be stored in a spill containment pan capable of holding at least 10% of the on hand volume. 6.7.6Paint and thinner inventory will be maintained by the contractor and available for the corps representative upon request 6.7.7Material Safety Data Sheets for all materials will be maintained on site and a copy will be provided to the COR. 6.7.8Empty paint/thinner buckets will be removed from the job site daily. 6.7.9Contractor will be responsible for performing lab analysis on paint/blast media waste within 10 days of the first day of sandblasting. Copies of these documents will be submitted to the Corps representative at that time. 7.0 DESCRIPTION OF SERVICES 7.1HULL/SIDES EXTERIOR SANDBLASTING: The Contractor shall perform sandblasting as described below: 7.1.1No sandblasting or spray painting is to take place until the Corps of Engineers representative has approved the preventative measures for blast and paint over-spray. 7.1.2The Contractor shall clean the hull exterior from the top of the exterior bulkheads down to the keel, including the bow, stern, sides and bottom in accordance with SSPC-SP 10. 7.1.3All areas of the vessel subject to damage from sandblasting or dust accumulation are to be sealed prior to sandblasting. No blast media is allowed in the vessel or any equipment mounted on the vessel. All glass is to be covered and 100% protected from blast media and over-sprays. 7.2HULL/SIDES PAINTING: 7.2.1The coating system, composed of the coating types and dry film thicknesses identified below, are required. Substitutes will not be allowed. 7.2.1.1Base Coat [self-priming---] Amercoat 235 Red, 8 MIL DFT 7.2.1.22nd Coat----Amercoat 235, Gray, 8 MIL DFT. Follow manufactures recommendations for drying times before applying Anti-Fouling paint. 7.2.1.3Anti-Fouling Coating----ABC #3 Black applied at 6 MIL DFT. Anti-fouling paint will stop at the water line. 7.2.1.4Above the water line-----Amercoat 229T Gloss Black, applied at 3 MIL DFT. 7.2.1.5Draft marks are to be 4 mils of urethane white 27880. 7.2.1.6The entire hull, where sweep blasting has been performed, will have a paint thinner wipe-down prior to painting. 7.3DECK : The Contractor shall perform deck preparation and painting in accordance with the following instructions: 7.3.1All areas of the deck, including fittings, spuds, and deck mounted structure, are to be brush blasted and wiped down with thinner IAW SSPC-SP 7. 7.3.2Decks shall be 6 mils Ameron Amercoat 137 epoxy or equal and one coat of Ameron 138G epoxy non-skid at a rate of 25-35 square ft. per gallon. The color shall be red, 11136. 7.3.3Deck fittings, chocks, bitts, cleats, and kevels. One 6 mil coat of Ameron Amercoat 235 or equal followed by one 3 mil coat of Ameron Amercoat 5410 gloss silicone alkyd or equal. Deck fittings shall be yellow 13658. 7.4Expansion Compartment Painting: 7.4.1The expanded barge compartment that contains the sea chest and exhaust piping will have the following painting requirements: All surfaces including structures and piping will be blasted to SSPC 10 Near White Blast. All surfaces excluding the exhaust piping will receive 4 mils of universal primer, non-grey in color. Grey enamel # 16515 will be applied for a total of 6 mils dft. The exhaust pipe paint will be applied for a total of 6 mils dft of heat resistant black # 17038. 7.5Barge Interior Painting: 7.5.1 At approximately 60 locations inside the barge there is an MC 13x40 channel iron extension of approximately 6 inches in length at each location. Each channel extension is to be SSPC-3 prepared and primed with universal primer totaling 4 mils dft. Color coat is to be applied to a total of 6 mils dft of white enamel # 27880. 8.0 GENERAL INSTRUCTIONS FOR APPLICATION OF MATERIALS The following General Instructions for application of materials will be adhered to at all times: 8.1Manufacturers instructions for application, curing and drying time between coats shall be followed. Painting practices shall comply with applicable federal, state, and local laws enacted to ensure compliance with Federal Clean Air Standards. 8.2Paints that have exceeded the closed shelf life or pot life recommended by the manufacturer shall not be used. 8.3At the time of application paint shall show no signs of deterioration. Paint that has deteriorated in any manner shall not be used and shall be removed from the site. 8.4Within 8 [eight] hours after cleaning and prior to the deposition of any detectable moisture, contaminants, or corrosion, all surfaces blast cleaned to SSPC SP 10 shall be cleaned of dust and abrasive particle by brush, vacuum cleaner, and/or blown down with clean, dry, compressed air, and given the first coat of paint. 8.5Paint may be applied by spray, roller, or brush. However, any area subject to over-sprays must be fully protected. No over-spray will be tolerated. 8.6Painting in the vicinity of mechanical or electrical equipment shall be applied by brush if there is a possibility of over-sprays on critical components. All equipment, deck, and bulkhead fixtures must be fully protected. 8.7Uniform suspension of figments shall be maintained during application. Each coat of paint shall be applied so dry film shall be of uniform thickness and free from holidays, bubbles, blisters, laps, excessive or unsightly brush marks, runs, drops, ridges, waves, pinholes, or other voids, and variations in color, texture, and finish. Special attention shall be given to ensure that all edges, corners, crevices, seams, junctions of joining members, interior angles, corrosion pits, welds, bolts, rivets, and similar surface irregularities receive a film thickness equal to that of adjacent painted surfaces. 8.8All coats of all painted surfaces shall be unscarred and completely integral at the time of application of succeeding coats. 8.9All painting shall be accomplished before launching the vessel. The vessel shall not be launched before inspection and acceptance by the government. 9.0 CONTRACTOR SUBMITTALS The following list of submittals will be provided to the Contracting Officers Representative as required. Title Reference Accident Prevention PlanSection 4.1 CPR CertificationsSection 4.4 MSDS SubmissionsSection 6.7.7 Lab Analysis, Paint Blast Media, as requiredSection 6.7.9 Accident Investigation Forms, as requiredSection 4.2 10.0 COMPLIANCE DOCUMENTS The Contractor shall be aware of the following list of Compliance Documents, necessary for successful completion of this requirement. EM-385-1-1 --Army Corp of Engineers, Safety and Health Requirements Manual, 3 Nov 04 SSPC-SP 3 --Surface Preparation, Power Tool Cleaning SSPC-SP 7 --Surface Preparation, Brush off Blasting SSPC-SP 10 --Surface Preparation, Brush off Blasting Near White Metal 11.0 CONTRACTING OFFICER /CONTRACTING OFFICERS REPRESENTATIVE 11.1CONTRACTING OFFICERS REPRESENTATIVE: The Contracting Officers Representative, or COR, is appointed by the Contracting Officer as the representative overseeing contractor operations. No instructions of the Contracting Officer's Representative or lack thereof will at any time relieve the Contractor from the responsibility of complying fully with all requirements of statement of work and the contract. The Contracting Officer's Representative is not authorized to waive or alter in any respect any of the terms or requirements of the contract, or to make additional requirements. 11.2CONTRACTING OFFICER: The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract involving an increase or decrease in funds or performance period will be issued by formal contract modification. 12.0 FINAL INSPECTION All painting shall be jointly inspected by the Contractor and the Contracting Officers Representative. Any defects or damage in the coating system shall be repaired by the Contractor as necessary before acceptance by the government. 13.0 WARRANTY OF WORK The Contractor shall warranty the coating system for one calendar year, commencing at final inspection. The Contractor shall repair any coating failures during this time period at his cost. 14.0 Site Visit Contractors are encouraged and expected to attend a site visit where the work will be performed. An organized site visit has been scheduled for October 1, 2008 at 01:00 p.m. CST. Participants will meet at: Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. The Point of contact for site visits is Don Mayer at phone # (901) 544-3762 or Jackie Primer at 901-544-3340. STATEMENT OF WORK APPLICATION OF FLUID FILM GEL BW TULSA CRANE BARGE 6.0OBJECTIVE The Contractor shall provide all labor and material for the application of Fluid Film Gel BW in the Tulsa Crane Barge, as defined in this Statement of Work. 7.0DESCRIPTION OF VESSEL (Same as above) 8.0PERIOD OF PERFORMANCE (same as above) 9.0SAFETY REQUIREMENTS Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. 4.5ACCIDENT PREVENTION PROGRAM: (Same as above) 4.6ACCIDENT INVESTIGATIONS AND REPORTING: (same as above) 4.7MACHINERY AND MECHANIZED EQUIPMENT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipment inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. 4.8FIRST AID/CPR REQUIREMENTS: Two employees shall be certified in CPR and first-aid pre shift/per site. Proof of certification shall be provided to the COR. 10.0GOVERNMENT RESPONSIBILITIES The Government is responsible for providing the following: 6.1At project completion the Contractor and the Dock-master [Sidney Parker 785-6059] will make a joint visual inspection of the project location and needed repairs will be noted and made by the contractor immediately. 6.2The Government will provide reasonable utilities at its discretion. 7.0CONTRACTOR RESPONSIBILITIES The successful offeror will be responsible for the following requirements: 14.1Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. Contractor is to provide an on site supervisor on the job site for the duration of the job. 14.2The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. 14.3All areas and equipment not requiring fluid film gel will be completely protected from over sprays. 14.4Contractor must contact Gerald Townsell or Sidney Parker at 901-785-6058 to arrange for placement of contractor equipment. 14.5All contractor equipment will be removed immediately from government property at job completion. 14.6Environmental Concerns: The Contractor will be responsible for the following environmental concerns: 14.6.1Containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. 14.6.2No waste of any kind is to enter the lake. If contamination occurs, it will be the contractors responsibility for immediate remediation. 14.6.3Fuel storage tanks must be double wall or stored in a spill containment pan capable of holding at least 10% of the tank volume. 14.6.4Material Safety Data Sheets for all materials will be maintained on site and a copy will be provided to the COR. 14.6.5Empty drums will be removed from the job site daily. 15.0 DESCRIPTION OF SERVICES---APPLICATION OF FLUID FILM GEL BW 15.1INTERIOR CONDITION 15.1.1No fluid film application is to take place until the Corps of Engineers representative has approved the preventative measures for over-spray and interior condition prior to application of film. 15.1.2No trash or debris is to be coated. 15.2INTERIOR HULL APPLICATION OF FLUID FILM GEL BW 15.2.1The coating system shall be Fluid Film Gel BW or equal. 15.2.1.1 Apply 1 [one] 40 [forty] mil coat of fluid film Gel BW to all surfaces in each void excluding the hull floor plate. 15.2.1.2Apply 2 [two] 40 [forty] mil coats of fluid film Gel BW to the hull floor surface and the structural members attached to the floor. 15.2.1.3 No fluid film is to be applied to the compartment that contains the sea chest and exhaust piping. [This compartment will be blasted and painted]. 16.0 GENERAL INSTRUCTIONS FOR APPLICATION OF MATERIALS The following General Instructions for application of materials will be adhered to at all times: 16.1Manufacturers instructions for application, curing and drying time between coats shall be followed. Spraying practices shall comply with applicable federal, state, and local laws enacted to ensure compliance with Federal Clean Air Standards. 16.2Fluid Film that has exceeded the closed shelf life or pot life recommended by the manufacturer shall not be used. 17.0 CONTRACTOR SUBMITTALS The following list of submittals will be provided to the Contracting Officers Representative as required. Title Reference Accident Prevention PlanSection 4.1 CPR CertificationsSection 4.4 MSDS SubmissionsSection 6.6.4 Accident Investigation Forms, as requiredSection 4.2 All fluid film applications shall be jointly inspected by the Contractor and the Contracting Officers Representative. Any defects or damage in the coating system shall be repaired by the Contractor as necessary before acceptance by the government. 20.0 WARRANTY OF WORK The Contractor shall warranty the coating system for one calendar year, commencing at final inspection. The Contractor shall repair any coating failures during this time period at his cost. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items; FAR 52.212-2-Evaluation -Commercial Items; FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.233-2 Service of Protest;FAR 52.219-8, Utilization of Small Business Concerns;FAR 52.203-3, Gratuities; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 52.247-34 FOB Destination; FAR 52.228-5 - Insurance -- Work on a Government Installation; FAR 52237-2 - Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment; 252-225-7012, Preference for Certain Domestic Commodities;FAR 252.247-7023 Transportation of Supplies by Sea. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by October 7, 2008 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-08-T-0010 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13f67abab9797203f264c4d6306567e7&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
- Zip Code: 38103-1894<br />
- Zip Code: 38103-1894<br />
- Record
- SN01680327-W 20080926/080924222429-13f67abab9797203f264c4d6306567e7 (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 |