SOLICITATION NOTICE
J -- SANDBLAST AND PAINT SWL ROCK BARGE LRD 9719
- Notice Date
- 3/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-12-Q-0028
- Response Due
- 3/23/2012
- Archive Date
- 5/22/2012
- Point of Contact
- Valerie Marshall, 901 544-3619
- E-Mail Address
-
USACE District, Memphis
(valerie.marshall@mvm02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-12-Q-0028 and is being issued as a Request for Quote (RFQ). An official copy of the solicitation can be viewed by logging onto www.acquisition.army.mil.asfi/gov. This acquisition is a SMALL BUSINESS SET ASIDE procurement. The associated NAICS code is 238320. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted by fas, in hard copy, either through regular mail or by delivery. 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 quote to include all charges. Response to this solicitation must be received via mail or delivery by March 23, 2012 no later than 10:00 AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0028 addressed to Valerie Marshall, Contract Specialist, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.marshall@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database 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 Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the attached specifications: BID LINE ITEM: CLIN 0001 SANBLASTING AND PAINTING OF SWL ROCK BARGE LRD 9719 #2 STATEMENT OF WORK SANDBLASTING AND PAINTING ROCK BARGE LRD 9719 1.0OBJECTIVE The Contractor shall perform sandblasting, and painting of the SWL Rock Barge, LRD 9719, as defined in this Statement of Work. It is highly recommended that contractors attend the scheduled site visit prior to submitting a quote. Site Visit is scheduled for Wednesday March 21, 2012 @ 9:30AM CST. The point of contact for the site visit is Valerie Marshall (901) 544-3619 or email valerie.marshall@usace.army.mil. If you plan on attending please contact Valerie Marshall no later than March 20, 2012 @ 12:30pm so that your name can be added to the roster. 2.0DESCRIPTION OF VESSEL The barge is approximately 195 ft. long, 35 ft. wide and 10 ft deep. 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 30 Calendar Days from date of contract award. Normal business hours at Ensley Engineer Yard are 0630-1700 Monday through Friday. Contractor hours may be adjusted. If alternate hours are requested, this must be specified in the contractor's proposal. 4.0SAFETY REQUIREMENTS Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Rod Kellow, Safety Officer, at 901-544-3601. 4.1ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractor's 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, 15 September 2008, 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 contractor's employees. At a minimum, fall, respirator, eye protection, confined space requirements per 29 CFR 1910.120 and 1910.146, and the contractor's 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 Officer's 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. 4.2.1Supervisor's Responsibilities: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employee's regular duties and the availability of "Light Duty" so the injured employee can return to work as soon as medically 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 per 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 Chief, Shops Unit [Dwight Alston 544-0976] will make a joint visual inspection of the project location and needed repairs will be noted and made by the contractor immediately. 5.2The Government will provide reasonable utilities at its discretion. 6.0 CONTRACTOR 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. 6.3Contractor must contact Jerry Britton or Sidney Parker at 901-785-6058 to arrange for placement of contractor equipment. 6.4All contractor equipment will be removed immediately from government property at job completion. 6.5Any "Or Equal" material proposed by the contractor will be submitted for prior approval by the Contracting Officer's Representative. 6.6Environmental Concerns: The Contractor will be responsible for the following environmental concerns: 6.6.1Containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. Some blast material may contain lead or chromium. The contractor must account for the disposal of this hazardous material. 6.6.2No waste of any kind is to enter the lake. If contamination occurs, it will be the contractor's responsibility for immediate remediation. 6.6.3The 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. 6.6.4Fuel storage tanks must be double wall or stored in a spill containment pan capable of holding at least 10% of the tank volume. 6.6.5All paints/thinners or similar materials must be stored in a spill containment pan capable of holding at least 10% of the on hand volume. 6.6.6Paint and thinner inventory will be maintained by the contractor and available for the corps representative upon request 6.6.7Material Safety Data Sheets for all materials will be maintained on site and a copy will be provided to the COR. 6.6.8Empty paint/thinner buckets will be removed from the job site daily. 6.6.9Contractor 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 SANDBLASTING/PAINTING: 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 edge of the deck down to the new steel plate hull including the bow, stern, sides, in accordance with SSPC-SP-7. All areas where new plating has been installed will require SSPC-SP-10 sandblasting. 7.2HULL/SIDES PAINTING: 7.2.1The coating system composed of the coating types and dry film thicknesses identified below, or equal, are required. 7.2.1.1Base Coat [self-priming---] Amercoat 235 Red, 8 MIL DFT entire bottom and sides from the deck down and including the hull 7.2.1.2Barrier Coat----Amercoat, 400GF Black # 17038, 12 MIL DFT. Same area as base coat. 7.2.1.3Anti Fouling Coat----Ameron 70 ESP Black # 17038, 4 MIL DFT from the 3 foot draft mark down. This includes the entire hull and side areas from the 3 foot draft mark. 7.2.1.484J5 Penguard top coat gloss black # 17038 from the 3 foot draft marks up the sides to the deck. 4 MIL DFT. 7.2.1.5Top Coat on Draft Marks----Amerlock 450HS White # FS595 fade resistant urethane, 4 MIL DFT. 7.2.1.6The entire hull, where sweep blasting has been performed, will have a paint thinner wipe-down prior to painting. 8.0 GENERAL INSTRUCTIONS FOR APPLICATION OF MATERIALS The following General Instructions for application of materials will be adhered to at all times: 8.1Manufacturer's 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 barge. The barge 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 Officer's 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, 15 Sep 08 SSPC-SP 3--Surface Preparation, Hand tool Cleaning SSPC-SP 7 --Surface Preparation, Brush off Blasting SSPC-SP 10 --Surface Preparation, Brush off Blasting 11.0 CONTRACTING OFFICER /CONTRACTING OFFICER'S REPRESENTATIVE 11.1CONTRACTING OFFICER'S REPRESENTATIVE: The Contracting Officer's 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 Officer's 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. 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred; FAR52.209-10 Prohibition on Contracting with inverted domestic corporations; FAR 52.212-1 - Instructions to Offerors-Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.217-8 Option to Extend Services; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.228-5 Insurance - Work on a Government Installation; FAR 52.223-3 Hazardous Material Identification & Material Safety Data; FAR 52.223-13 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.233-1 Disputes; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Govt Buildings; FAR 52.252-2 Clauses to Incorporate by Reference; FAR 52.245-2 Government Property Installation Operation Services; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.201-7000 Contracting Officer's Representative; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.223-7006 Prohibition of Storage and Disposal of Toxic and Hazardous Materials. Wage Determination 2005-2495 revision 13.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0028/listing.html)
- Place of Performance
- Address: USACE District, Memphis - Ensley Engineer Yard 2915 Riverport Road Memphis TN
- Zip Code: 38109
- Zip Code: 38109
- Record
- SN02700381-W 20120321/120319235912-283c14acb9ed9d2c6e64cf298f55b432 (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 |