Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2020 SAM #6653
SOURCES SOUGHT

J -- Non-Skid Removal and Application

Notice Date
2/14/2020 1:21:40 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N50054-20-R-0005
 
Response Due
3/2/2020 2:00:00 PM
 
Archive Date
03/17/2020
 
Point of Contact
Chase W. Brasher , Phone: 757-400-0317, Gregory hodges, Phone: 757-400-0248
 
E-Mail Address
chase.w.brasher@navy.mil, gregory.d.hodges@navy.mil
(chase.w.brasher@navy.mil, gregory.d.hodges@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor shall provide management, administrative and production services, materials, tools, equipment, and required support to accomplish removal of old deck covering and underlayment (including rubber base if present), abrasive blast, ultra high pressure water jet, and power tool clean decks; prepare surfaces, apply primer coatings, and install new non-skid deck covering onboard U.S. Navy or other military type vessels including submarines.� The areas where non-skid work may be authorized shall include, but is not limited to, flight decks, hangar bays, vertical replenishment decks, cargo decks, elevators, tank decks, vehicle stowage, walkways (fixed and portable), catwalks, and interior spaces as designated.� Non-skid deck covering installation and repair is to be accomplished with ship�s force personnel living onboard and with a minimum of disruptions as possible. A task will normally consist of a single vessel.� The resulting task order may require multiple line items within the contract.� Due to U.S. Navy or other customer commitments and ship�s schedules, a number of task orders may be issued as emergent requirements.� The contractor may be required to respond to more than one requirement (simultaneous task orders for more than one vessel). �Single task orders for LHA, LHD, CV, or CVN classes of ships may require the capacity to cut 18,000 square feet and apply 18,000 square feet of non-skid per day.� Contractors may be tasked with multiple task orders at any given time. In addition, the contractor shall be responsible for the employment of trained and technically qualified personnel to perform task orders to include personnel maintaining the following certifications for accomplishing preservation operations defined as critical coated areas (refer to NAVSEA Standard Item (NSI) 009-32).� Information for these certifications is available at www.sspc.org: ����������������������� a.� Coating inspectors shall be certified in accordance with the NAVSEA Basic Paint Inspector (NBPI) course or NACE Coating Inspector Program (CIP) Level 1 or higher. ����������������������� b.� Organizations performing blasting operations (abrasive or water jetting) or paint/nonskid application shall be certified in accordance with QP 1 of Systems and Specifications, SSPC Painting Manual, Volume 2 or NAVSEA-approved equivalent. ����������������������� c.� Spray painters shall be certified in accordance with SSPC C-12 or SSPC C-14 or NAVSEA-approved equivalent.� For equivalent certifications, a copy of the NAVSEA approval letter shall be maintained by the repair activity. ����������������������� d.� Plural Component Pump Tenders and Applicators shall be certified in accordance with SSPC C-14 or NAVSEA-approved equivalent certifications.� For equivalent certifications, a copy of the NAVSEA approval letter shall be maintained by the repair activity. ����������������������� e.� Blasters shall be certified in accordance with SSPC C-7 or NAVSEA-approved equivalent.� For equivalent certifications, a copy of the NAVSEA approval letter shall be maintained by the repair activity. ����������������������� f.� Blasters performing Ultra-High Pressure water jetting shall be certified in accordance with SSPC C-13 or NAVSEA-approved equivalent.� For equivalent certifications, a copy of the NAVEA approval letter shall be maintained by the repair activity. Contractor shall provide, as required, enclosure setup/removal, transportation and maintained operating with electrical lights and climate control equipment to support flight deck non-skid replacement.� The containment enclosure structure must be modular in design and configurable if necessary to change the length.� The structure shall be easily movable in a safe, controlled manner, using small forklifts and qualified operators, without structural disassembly, wheels shall be unlocked and rotated in the correct direction. The North American Industry Classification System (NAICS) code for this acquisition is 336611 applies with a size of 1,250 employees. Potential sources are notified that the Limitation on Subcontracting clause (FAR 52.219-14) will be included in any RFP set aside for small business concerns. Sources are requested to identify any ongoing Government contract vehicles they may have for the same or similar work.� Please include the name and number of the ongoing contract, contract scope, contract type, period of performance, dollar thresholds and limitations, the issuing Government agency, and the name and telephone of the Contracting Officer.� Additionally, sources need to specifically address the following: ����������� a.� Capacity to cut 18,000 square feet and apply 18,000 square feet of non-skid per day. ����������� b.� Contractor's QP 1 of Systems and Specifications, SSPC Painting Manual, Volume 2 certification or NAVSEA-approved equivalent. ����������� c.� Capability to provide an enclosure to support flight deck non-skid replacement. See the �Draft� Statement of Work for additional information.� The �Draft� is subject to change. Only interested parties who intend to submit a proposal should submit a written expression of interest to the address provided no later than 02 March 2020. Forward requested documentation via email to: � � � � � � � � � � � � � � � � � � Chase W. Brasher, chase.w.brasher@navy.mil ����������������������������������� Greg Hodges, gregory.d.hodges@navy.mil This sources sought notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. THIS IS NOT A SOLICITATION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c22ec54022b04db291ba2e9240a3b586/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05563221-F 20200216/200214230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.