Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOLICITATION NOTICE

J -- TV KINGS POINTER Steel Repairs, Tank Inspections, and Preservation

Notice Date
7/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA2Q10060
 
Archive Date
8/27/2010
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Eileen M. Williams, Phone: (757) 441-6393
 
E-Mail Address
monique.leake@dot.gov, Eileen.Williams@dot.gov
(monique.leake@dot.gov, Eileen.Williams@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This competitive combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number DTMA2Q10060 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-44. The NAICS Code is 336611. The Government intends to award a Firm Fixed Price Purchase Order on a competitive basis. This is unrestricted pursuant to FAR Subpart 19.10 - Small Business Competitiveness Demonstration Program for Non-nuclear Ship Repair NAICS 336611, PSC J998. The US DOT Maritime Administration, Division of Atlantic Op erations, has a requirement to perform MISCELLANEOUS STEEL REPAIRS, TANK INSPECTIONS, and PRESERVATION on board the TV KINGS POINTER. The TV Kings Pointer is a training ship owned by the U.S. Maritime Administration and provided to the United States Merchant Marine Academy for the purpose of training young men and women for a career in the U. S. Maritime Industry. It is the intent of this Statement of Work to accomplish miscellaneous steel repairs to the side port doors and selected deck drains, accomplish preservation to various topside weather decks, and complete ballast tank inspections for Regulatory Body credit. All work shall be performed aboard the Training Vessel Kings Pointer. The Kings Pointer is afloat at her berth at the United States Merchant Marine Academy, 300 Steamboat Road, Kings Point NY 11024. This work shall be performed as soon as possible after award on a date and time mutually agreed upon by the Contractor, Chief Engineer and the Maritime Administration COTR/Port Engineer. All work is to be completed within 30 calendar days following award. The Contractor shall adhere to all safety procedures employed aboard the ship by the United States Merchant marine Academy to include the following: All persons working aboard the ship shall employ proper personal protective equipment (PPE) for the work being accomplished. At a minimum, hard hat, safety glasses and work shoes are required. All areas requiring hot work shall first be certified "safe for hot work" by a Contractor provided Marine Chemist. These areas shall be maintained as such during the period of this contract by a certified competent person employed by the Contractor. A proper fire watch shall be employed on each side of a bulkhead where hot work is taking place. All surrounding areas (decks, bulkheads, overheads, etc.) shall be properly protected from sparks and flame using fire cloth or Tillman blankets. Use of the ship's portable extinguishers is not permitted. Hot work shall not be permitted after 1530 hours on work days. All oxygen and acetylene bottles shall be kept ashore and tied off along the dock. All oxygen and acetylene hoses shall be disconnected at their bottles at the end of each work day and coiled up such that no hoses are left passing through any doors. Prior to the start of each work day, the Contractor's Supervisor shall meet with the Contracting Officer's Technical Representative (COTR) and the Ship's Officers to discuss the work plan for that day. This meeting should not take longer than 15 minutes. Smoking is not permitted aboard the ship. All persons working aboard the ship shall be in possession of a Transportation Worker's Identification Card (TWIC). A list of all employees involved in the job shall be provided by the Contractor to the Chief Mate. Work hours shall be Monday thru Friday, 0800 to 1630 hours. The ship's welding machines and cables shall be available for use by the Contractors. Welder's protective gear, stingers, welding rods, etc. shall be provided by the Contractor. The Contractor shall NOT be permitted to load/unload personnel, tools and materials at the Academy pier alongside the ship. Current pier facility is currently degraded and only safe for personnel transit only. Ship's crew will coordinate delivery of Contractor equipment and material to and from the vessel via use of existing watercraft. Contractor shall coordinate with the Chief Engineer and COT a minimum of twenty four hours in advance of required waterborne material transportation arrangements. The ship's crew shall make every effort to operate the ship's cranes when needed for small items such as "gang" boxes and light materials (less than 1,000 lbs). Request for this service shall be made at least one day prior to needing the crane. Availability of the ship's cranes is not guaranteed. Loading of heavy and/or bulky materials shall be the responsibility of the Contractor. Limited vehicle parking availability requires that the contractor coordinated with the USMMA Waterfront Director. Work trailers and other vehicles must never obstruct emergency (fire and ambulance) vehicle access to the ship. CLIN 0001 - Port and Starboard Side-port Repairs: The Contractor shall provide all labor and materials to perform the following in accordance with all USCG Regulations and ABS Rules. The contractor shall remove two sets of non-tight doors from the side-shell bulwark in way of frame 82, P and S, for blasting and repairs. Additionally, while the doors are being repaired, the door frames shall be blasted and repairs made to the frames as directed. The Contractor shall provide labor and material to rig the four (4) bulwark doors from their hinges under the direction of the vessel's Chief Engineer. The vessel's crew shall operate the vessel's crane to move the doors to a barge (vessel furnished). Vessel crew shall move the barge to a shore crane. The shore crane shall lift the doors from the barge to the contractor's truck for transport to the Contractor's shop for blasting and repairs. All existing gasket material shall be removed prior to grit blasting. The repairs to the doors shall be determined by an inspection of the doors by the COTR after blasting. Actual repair work must be authorized by Delivery Order issued by the COTR. Repairs to the door frames shall be as follows: All securing dogs (10 per door frame assembly) are to be removed and reinstalled when so directed by the COTR. The Contractor shall grit-blast the interior frame area taking care to minimize the release of grit dust by-product to the surrounding area. A tarpaulin shall be rigged over each bulwark opening for these purposes. Door frame repairs: The Contractor shall allow for the renewal of 12 feet of 2 x 3 x ¼ mild steel angle gasket knife edge and 12 feet of 4x3x3/8 steel angle of frame for each door frame assembly. The over-all dimensions of each frame are approximately 63" x 72" clear opening and 68" x 77" overall. Upon completion of steel repairs the entire area is to be cleaned of all weld spatter, flux and smoke. When so directed by the COTR, shall contractor shall provide and apply one coat single part epoxy primer: International Paint INTERPRIME 198. Finish coat, provided and applied by the Contractor (when so directed by the COTR) shall be International Paint, INTERTHANE 990, color is signal blue. Upon completion of repairs, reinstall subject bulwark doors in their parent location. CLIN 0002 - Weather Deck Drain Refurbishment: The Contractor shall provide labor and material to replace 13 deteriorated weather deck drains. The drains are to be fabricated with 2 inch black Schedule 40 pipe and welded fittings (elbows): each drain is approximately 12 ft. long-shaped. Additionally, the Contractor shall replace the pipe clamps were deteriorated. Upon completion of drain renewals, the Contractor shall mechanically clean all weld points of weld spatter, flux and smoke in preparation for Contractor furnished and applied one coat of epoxy primer, International Paint, INTERPRIME 198.Finish coat shall be International Paint, INTERTHANE 990: color is white. CLIN 0003 - Ballast Tank Inspections (ABS): The Contractor shall provide labor and material to open 5 ballast tanks for inspection by regulatory bodies; each tank has 2 manhole covers to be opened and when directed closed with new neoprene gaskets. The tanks shall be mechanically vented and certified "SAFE FOR MEN" by a certified Marine Chemist, whose services are to be provided by the Contractor. CLIN 0004 - Weather Deck Preservation: The Contractor shall provide labor and material to mechanically clean to a SPC 3 level approximately 2 square feet around each of 48 port light windows throughout the exterior of the vessel's accommodations house. The break-down per level is as follows: 24 windows on the Bridge Deck; 10 windows on the Upper Deck (02 Level) and 14 windows on the Forecastle Deck (01 Level). Additionally, the Contractor shall provide for mechanical cleaning of approximately 400 sq. ft. in way of weather deck, exterior ladders and weather deck exterior door frames and hand-rail stanchion deck attachment points. Actual areas of cleaning shall be determined by the COTR. Upon completion of mechanical cleaning, the Contractor shall provide and apply one coat of epoxy primer: International Paint, Interprime 198. Finish coat, provided and applied by the Contractor shall be International Paint, Interthane 990; color is white. CLIN 0005 - Supplement Labor: The Government may have supplemental requirements due to emergent or additional work. The Government reserves the right to order any quantity cited in individually priced supplemental work Items. In the event that less than the total quantity of supplement work item is ordered, the Government will decrease the contract amount for the quantity not ordered at the award supplemental item unit price. The COTR will issue a Delivery Order for all growth items. The labor rate offered shall be a yard-wide composite labor rate and shall include all management, supervision, overhead, G&A, handling charges, freight and profit for a total of 72 man-hours of supplemental skilled labor. The yard-wide 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. CLIN 0006 - Supplemental Material: The allowance for supplemental material shall be quoted in the amount of exactly $1,000.00, and it is for direct costs only. Any allowance for handling, equipment, profit and overhead is to be included in supplemental growth work. All work under this CLIN must be specifically authorized in writing by the COTR or Contracting Officer. SITE VISIT & SHIP CHECK: Interested parties are strongly urged to attend a ship check of the vessel scheduled for 10:00 a.m. ET, Wednesday, August 04, 2010. 24-hour advance notice of attendance is requested to be given to Mr. Gerry McNamara either via email at Gerry.McNamara@dot.gov or via phone to 212-668-3339. 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, Maritime Administration, Division of Marine Insurance, 1200 New Jersey Avenue, S.E., 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, Maritime Administration, Division of Marine Insurance, 1200 New Jersey Avenue, S.E., 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. Suable 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. APPLICABLE WAGE DETERMINATION: The following Department of Labor Service Contract Act Wage Determination is applicable to performance of work at the SUNY Maritime College, Fort Schuyler, Bronx County, New York. WD 05-2375 (Rev.-9) was first posted on www.wdol.gov on 06/22/2010. The wage determination may be viewed on-line at: http://www.wdol.gov/wdol/scafiles/std/05-2375.txt The signed quotation must be submitted electronically via e-mail to Monique.Leake@dot.gov no later than 2:00 P.M. ET on August 12, 2010. The quotation should be addressed to the following: U.S. Department of Transportation, Atlantic Contracts Office, Norfolk, VA, Attn: Monique Leake, Contracting Officer, 7737 Hampton Blvd, Bldg 19 Suite 300, Norfolk, VA 23505. FAR 52.212-1, Instruction to Offerors - Commercial Items is hereby incorporated by reference. The quote shall include the following pricing information: CLIN 0001, Port and Starboard Side-port Repairs, 1 JOB $________ CLIN 0002, Weather Deck Drain Refurbishment, 1 JOB $________ CLIN 0003, Ballast Tank Inspections (ABS), 1 JOB $________ CLIN 0004, Weather Deck Preservation, 1 JOB $________ CLIN 0005, Supplement Labor, 72 manhours X $_____/hr = $________ CLIN 0006, Supplemental Material $1,000.00 EVALUATION OF QUOTES - BASIS FOR AWARD: a. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the firm whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price (Total Price for CLINS 0001 through 0006 including Optional Items), and (2) Past Performance. Each responder's relevant past performance, not older than 3 years, will be evaluated on an acceptable/unacceptable basis. Data identified by responders in their quotes will be checked to determine whether adverse past performance information is indicated. Past performance information considered by the Government for the responder's performance as a prime Contractor and/or subcontractor and the performance of its management personnel may include the following areas: Quality of products or services, Cost Control, Timeliness, Business Relationships, Customer Satisfaction and Personnel. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a vendor's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The vendor will be asked to indicate acceptance of an order by notification to the Government, in writing. All responders must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.222-3, 52.222-52.222-21, 52.222-26, 52.222-35, 52.222-36, 52-223-15, 52.223-16, 52.225-1, 52.232.33-, 52.232-33, and 52.232-34. These references may be viewed at www.arnet.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA2Q10060/listing.html)
 
Place of Performance
Address: United States Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN02217546-W 20100728/100726234908-6c833a3046dc98eb549cdff8e95b29a0 (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.