Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

J -- Maintenance of Government vessel, Statue of Libery/Ellis Island N.Y.

Notice Date
5/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
E12PS22113
 
Response Due
5/29/2012
 
Archive Date
5/22/2013
 
Point of Contact
Jose Valencia Purchasing Agent 7183544547 jose_valencia@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-59. This solicitation is 100% total set-aside for small business. The North American Industry Classification System (NAICS) Code 336611 with a size standard of 1,000 employees applies to this procurement. This solicitation will result in award of the Annual Maintenance and Repair of the National Park Service Vessel, Liberty IV, located at the Statue of Liberty National Monument, NY. The work contemplated under this procurement must be performed in the U.S.Coast Guard (U.S.C.G.) Sector New York and inspected by the U.S.C.G. and shall be performed at the contractors' facilities. The U.S. Department of Labor Wage Determination Number WD 05-2375 (Rev.-10) posted on the internet at http://www.wdol.gov on 09/07/2010 applies this procurement. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business must meet or exceed the following criteria: (a) have at least three (3) years of experience performing similar services as required in this solicitation, (b) must have at least three (3) references of the proposed services within the past three (3) years and, (c) must provide name(s), phone number(s), and addresses of your point of contacts. The Federal Acquisition Regulation (FAR) provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far and http://farsite.hill.af.mil/vffara.htm. FAR 52-204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (a) 1, 3; paragraph (b) clauses indicated by number 6,8,12, 23, 26, 28, 29, 30, 38, 42, 47 and paragraph (c) clauses indicated by number 1, 2. The deadline for receipt of quotes will be Tuesday, May 29, 2012, 12:00 pm local time. Please submit your quotes via e-mail to: Jose_Valencia@nps.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. The vendor will need to have a DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and a Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is the vendor's responsibility to monitor the website. The Government reserves the right to cancel this solicitation. All questions shall be submitted in writing via e-mail to jose_valencia@nps.gov. ----------------------------------------------------------------------------------------------------------------------------------------- Contract Bid Schedule CLIN 0001-Quantity 0001, $___________________________Grand Total Amount STATEMENT OF WORK Annual Maintenance and US Coast Guard Inspection of NPS Vessel Liberty IV TABLE OF CONTENTS Contents ANNUAL MAINTENANCE AND US COAST GUARD INSPECTION OF NPS VESSEL1 LIBERTY IV1 1 GENERAL2 1.1 GENERAL INTENTION2 1.2 LOCATION AND TIME OF PREFORMANCE.2 1.3 GENERAL DESCRIPTION2 1.4TIME FOR COMPLETION3 1.5 CONTRACTOR INFORMATION4 1.6 EXISTING WORK4 1.7 EPA/OSHA REGULATIONS4 1.8 VESSEL FINAL CLEANUP4 2. PRODUCTS5 2.1 PAINT MANUFACTURE "COMMERCIAL GRADE OF MARINE PAINT".5 2.2 FENDER MATERIALS5 2.3 CARBON STEEL5 2.4 STAINLESS STEEL5 3EXECUTION6 3.1 FACILITIES AND UTILITY SERVICE6 3.2DEMOLITION6 3.2.1 Dust and debris control6 3.2.2 Existing work6 3.2.3 Title to material6 3.3 PAINTING6 3.3.1 Sand sweeping6 3.3.2 Painting General Conditions.6 3.4 INSTALLATION OF PROPELLERS.8 3.5 WELDING STIFFENERS8 3.6 ENGINE ROOM COMPARTMENT.8 3.7 SALT WATER SEA VALVES8 4 US COAST GUARD HULL INSPECTION9 -------------------------------------------------------------------------------------------------------------------------- 1 GENERAL 1.1 GENERAL INTENTION It is the intention under the terms and conditions of this contract to obtain Annual Repairs, Maintenance and Facilitate an Annual USCG structural hull inspection of the National Park Service (NPS) Vessel "Liberty IV" by means of a combination Firm Fixed Price Lump-Sum / Indefinite Quantity type contract, complete and ready for use as defined herein. 1.2 LOCATION and TIME OF PREFORMANCE. All work under this contract must be performed within the United States Coast Guard, Sector New York and shall be performed at the contractors' facilities on or about the last week of May, 2012. 1.3 GENERAL DESCRIPTION The Contractor shall provide all, supervision, labor, materials, tools, equipment and all incidental and related work to perform the following listed work in accordance with the specification as stated herein. 1.Dry dock vessel. (A docking plan is available upon request) 2.Sand sweep bottom plating, prime and paint anti fouling red (2 coats Commercial Marine grade paint that is approved by the COR) 3.Sand sweep side plating, prime and paint gloss black (2 coats Commercial Marine grade paint that is approved by the COR) 4.Paint all existing welded lettering, (Vessel name, Draft markings on Stern of vessel). (2 coats Commercial Marine grade paint that is approved by the COR) Color White 5.Replace zinc anodes on hull 20 total units, using 22 lbs. units (remove old and discard) 6.Replace zinc anodes on keel coolers "Furstrum" (2 units per cooler) 7.Replace zinc collars on 3-1/2" tail shafts, (3 units on each shaft) 8.Change port and starboard propellers. Contractor shall supply new carter pins. Propellers shall be NPS supplied. 9.Dry all compartments of bilge water, remove all oil residue and debris, wipe clean for US Coast Guard inspectors to inspect internal hull. Method of drying and cleaning is at the option of the contractor. 10.Open bolted stainless steel flanged type sea valves (6) total for U.S.C.G. inspectors. Reinstall after USCG inspection and insure free operation. 11.Open 2 sea chests, remove screens, clean, paint and replace zinc anodes for Coast Guard inspectors and re-install screen. 12.Weld existing stiffeners on forward bulwarks 6 frames. Cracks are at the deck level and approximately 6 to 12 inches of welding is required on each frame. 13.Re-weld existing welds forward port and starboard line chock bulwarks 14.Repair 2 each bow fender rubber blocking and fabricate installation clips, weld in solid. 15.Remove and replace 25 feet of damaged 8" Viking rubber D fenders, starboard side, and mid ship. 16.Crop out and install 4 square feet of 3/8" carbon steel side shell plating, located on the starboard side, at the mid-ship deck level behind the D-fender. 17.Replace the entire 5th deck frame from the stem in number 1 compartment. 18.Replace the stern compartment deck hatch landing ring. When completed test the deck hatch for water tight integrity. 19.Prepare the vessel for a stability test and coordinate with the USCG to obtain a "certificate of stability" for a certified passenger count according to the new CFR regulations of 185 pounds per person. This must be completed in the presents of the U.S. Coast Guard Inspectors. The contractor shall notify the COR of the date for the scheduled stability test. 20.Replace both port and starboard sea chests in the engine room. Replace all necessary piping and flanges connected to the sea chest. Replace both port and starboard sea chest shut off valves and all piping. Sea chest plating shall be 3/8 inch. Included is all sea water piping from the port and starboard sea chests leading to the port and starboard generators, fire pump, cross over piping, piping to the bilge manifold, and vent lines. All valves, piping and fitting shall be schedule 80 marine grade stainless steel. All piping shall be supported every 18 inches with welded hangers. 1.4TIME FOR COMPLETION The contractor shall have all materials, equipment and apparatuses required to make all repairs and maintenance to the vessel on hand at the shipyard prior to the delivery of the vessel to the contractors' shipyard. The contractor shall notify the COR when this is complied with and the shipyard is ready for delivery of the vessel. The contractor will be allowed 14 calendar days from date of award to obtain the items required. Upon delivery, the contractor shall immediately commence working on the vessel without pause until all of the work outlined herein is completed. Total time for completion shall be 30 calendar days from the date of award. 1.5 Contractor Information Provide the name(s), and telephone number of the Project Manager that will be assigned this project. Provide the name(s), address, and telephone number of each subcontractor that will be installing products and or equipment at the contractors' shipyard. Provide the name, address, and telephone number of the product or equipment manufacturers. 1.6 EXISTING WORK a. The removal or altering in any way of existing work shall be carried on in such a manner as to prevent injury or damage to any portion(s) of the existing work which remain(s). b. All portions of existing work which have been altered in any way during construction operations shall be repaired or replaced in kind and in a manner to match existing or adjoining work, as approved by the Contracting Officer. All work of this nature shall be performed by the Contractor at the Contractor's expense and shall be performed as directed by the Contracting Officer. At the completion of all operations, existing work shall be in a condition equal to or better than that which existed before the new work started. 1.7 EPA/OSHA REGULATIONS "During the performance of all work under this contract, the Contractor shall adhere to Environmental Agency Regulations (EPA) and Federal Occupational Safety and Health Regulations (OSHA), U.S. Army Corps of Engineering Safety and Health Handbook EM_3851 1, as well as all applicable state and local requirements. USCG 46 CFR parts 166 to 199. Contractor is to also conform to New York State Department of Environmental Conservation regulations, especially in regards to Contractor generated hazardous wastes. 1.8 VESSEL FINAL CLEANUP All compartments not limited to the engine room, all areas below the main decks, including crews quarters, galley and all bilges areas shall be free from dust, carbon residue, grease, hand prints and all debris caused by demolition and construction. All areas above the main deck, including all internal and exterior areas of the pilot house, passenger cabin, handrails and main deck shall be thoroughly cleaned. All cleaning shall be completed before final acceptance of work and vessel departing the contractors' facility. 2. PRODUCTS 2.1 Paint Manufacture "Commercial grade of marine paint". 2.2 Fender Materials Fender Materials shall be a 8" "D" Fender. This fender system is a patented recycled tire product that is cut proportional and joined with through rods and welded to the hull with gussets every two linear feet. 2.3 Carbon Steel All replaced steel shall conform to ABS standards. 2.4 Stainless Steel All stainless steel piping shall conform with ABS and be 316 marine grade. 3EXECUTION 3.1 Facilities and Utility Service a. Included under the scope of work is shore power connections and potable water connections to the vessel while the vessel is in the possession of the contractor. The contractor shall be responsible for making all required connections and disconnections from the Government Vessel. This work and service is included in the Firm Fixed price of the contract. 3.2Demolition The contractor shall begin demolition until authorization is received from the Contracting Officer. Included in the Firm Fixed Price is disposal of all debris. 3.2.1 Dust and debris control The contractor shall prevent the spread of dust and debris to all portions of the vessel Do not use water if results in hazardous or objectionable conditions such as, but not limited to, ice, flooding, or pollution. 3.2.2 Existing work The contractor shall protect engines and related equipment in the engine compartment and all other areas of the vessel, existing work which is to remain in place, be reused, or remain the property of the Government. 3.2.3 Title to material Except where specified in other sections, all materials and equipment removed, and not reused, shall become the property of the Contractor and shall be removed from the vessel. Title to materials resulting from demolition, and materials and equipment to be removed, is vested in the Contractor upon approval by the Contracting Officer to begin demolition. The Government will not be responsible for the condition or loss of, or damage to, such property after notice to proceed with the demolition portion of this contract. The existing propellers shall be placed aboard the vessel and remain as government property. 3.3 Painting 3.3.1 Sand sweeping Sand sweeping shall be performed in accordance with industry standards. In general the paint shall be totally removed down to the bare metal when more than 50% of the existing painted surface has already been removed from the surface by wear. Otherwise all loose paint shall be removed from the surface as agreed upon mutually by the COR and the contractor. All work shall conform to local environmental authorities having jurisdiction regarding the methods of removal for this material. 3.3.2 Painting General Conditions. 3.3.2.1 Painting General Painting shall not be allowed in rainy weather or when rain is imminent. Paints or coatings shall not be applied when the temperature or humidity exceeds the manufacturer's recommendations. Each coat of material applied shall be free from evidence of poor application. Variations in color, gloss, and texture shall not be acceptable. Finish coats shall show good hiding characteristics and uniform appearance. Newly painted surfaces shall be protected from damage. Cleaning shall be programmed so that dust and other contaminants will not fall on wet, newly painted surfaces. Exposed ferrous metals shall receive a primmer with a suitable corrosion-inhibitive primer capable of preventing flash rusting and compatible with the coating specified for the adjacent areas. There shall be at a minimum and not less than 2 coats applied wet application shall be 6.5 mil thick and dry to 4 mil thick, unless otherwise directed by in the manufacturer's instructions and as directed in "1.3 General Description" of this specification. Each coat shall be applied uniformly at the wet-film thickness as specified by the manufacturer. Spot-painting to correct damaged surfaces will be allowed only when touch-up area blends into the surrounding finish. Otherwise, the entire area shall be recoated. Touchup shall be accomplished using the same method of application as was used to apply the original material. Painting practices shall comply with applicable federal, state and local laws enacted to insure compliance with Federal Clean Air Standards. Unless otherwise specified or recommended by the paint manufacturer, paint may be applied by brush, roller, or spray. At the time of application, paint shall show no signs of deterioration. Uniform suspension of pigments shall be maintained during application. Each coat of paint shall be applied so dry film shall be of uniform thickness and free from runs, drops, ridges, waves, pinholes or other voids, laps, brush marks, and variations in color, texture, and finish. Hiding shall be complete. Rollers for applying paints and enamels shall be of a type designed for the coating to be applied and the surface to be coated. Special attention shall be given to insure that all edges, corners, crevices, welds, and rivets receive a film thickness equal to that of adjacent painted surfaces. In bilge areas all weep holes between framing shall be kept clear of excess paint for proper drainage between bays. Paints, except water-thinned types, shall be applied only to surfaces that are completely free of moisture as determined by sight or touch. Surfaces that have been cleaned, pretreated, and otherwise prepared for painting shall be given a coat of the specified first coat as soon as practical after such pretreatment has been completed, but prior to any deterioration of the prepared surface. Sufficient time shall elapse between successive coats to permit proper drying. This period shall be modified as necessary to suit weather conditions. Oil-based orole oresinous solvent-type paints shall be considered dry for recoating when the paint feels firm, does not deform or feel sticky under moderate pressure of the thumb, and the application of another coat of paint does not cause the undercoat to lift or lose adhesion. Manufacturer's instructions for application, curing and drying time between coats of two-component systems shall be followed 3.3.2.2 Protection of Areas not to be Painted Items that are not to be painted which are in contact with or adjacent to newly painted surfaces shall be removed or protected prior to surface preparation and painting operations. Items removed prior to painting shall be replaced when painting is completed. Following completion of painting, workmen skilled in the trades involved shall reinstall removed items. Surfaces contaminated by coating materials shall be restored to original condition. 3.3.2.3 Painting Anti-Fouling Bottom Paint. Painting Anti-Fouling. After the surface has been sand swept and cleared of all loose particles. Surfaces shall be dry and free from dirt, oil, grease, wax, and other contaminants. The contractor shall apply two coats of anti-fouling paint to the entire bottom of the vessel and up to 6 inches above the existing previously painted water line. 3.3.2.4 Painting Above the Water Line Surfaces shall be dry and free from dirt, oil, grease, wax, and other contaminants. Oxide or corrosion shall be removed by hand, power tool, or Sand Sweeping. The contractor shall follow all applicable instructions as specified. 3.3.2.5 Paint Schedule SURFACEFinish Color and Sheen Steel Vessel BottomRED, Flat anti-fouling Steel Vessel DeckNon-Skid Grey, Gloss Steel HandrailsWhite, Gloss Steel Side Shell PlatingBlack, Gloss Aluminum Deck HouseWhite, Gloss Steel Vessel LetteringWhite, Gloss Engine CompartmentWhite, Gloss 3.4 Installation of Propellers. The contractor shall remove the port and starboard propellers and place them aboard the vessel. The government shall furnish (2) new propellers that the contractor shall install ensuring that the propellers have the proper fit on the shafts using bluing process. Reinstall with new carter pins supplied by the contractor. 3.5 Welding Stiffeners The contractor shall "V-OUT" all areas where Stiffeners meet the main deck and weld using three pass method.Prime and paint welded areas as outlined in "3.3.2.1 Painting General". 3.6 Engine Room Compartment. The contractor shall clean the entire engine room not limited to, bilge, overhead, bulkheads, side sheeting, piping, deck plates and equipment, removing all debris, oil residue and soot. 3.7 Salt Water Sea Valves The Contractor shall remove the bonnets clean all seats and gates and ensure free action of the stem. After inspection by the USCG the contractor shall reinstall bonnets with new gaskets, stem packing. And insure free operation. 4 US Coast Guard hull inspection The contractor shall notify the USCG immediately when the vessel is delivered to the contractors' shipyard for an inspection of the vessel. The contractor shall also notify the COR when the USCG is notified. The contractor shall notify the COR of the date and time when the USCG inspectors will conduct a hull inspection of the vessel. Prior to the USCG inspection the contractor shall have the following work completed as outlined in "1.3 General Description" items 1,9,10 and 11.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS22113/listing.html)
 
Place of Performance
Address: National Park ServiceStatue of Liberty National MonumentLiberty IslandNew York, NY 10004
Zip Code: 103055019
 
Record
SN02754754-W 20120524/120522235649-ea7c1382293c6f58723408a90c1b6cbc (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.