Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2005 FBO #1248
SOLICITATION NOTICE

J -- Sandblasting, mechanical cleaning, and painting of laundry room/mud room and marine sanitary device compartment aboard M/V Shorty Baird located at Ensley Engineer Yard, Memphis, TN.

Notice Date
4/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-05-Q-0019
 
Response Due
4/29/2005
 
Archive Date
6/28/2005
 
Small Business Set-Aside
N/A
 
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-05-Q-0019 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 Rev (27). This acquisition is 100% set-aside for small business. The associated NAICS code is 336 611 with 1000 employees. 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 deliv ery, 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. M/V SHORTY BAIRD Sandblasting/Painting SPECIFICATIONS REVISED Work to be performed is sandblasting, mechanical cleaning, and painting of the laundry room/mud room and marine sanitary device compartment. The vessel is approximately 86 ft. long, 28 ft. wide and has a 7 ft. draft. The vessel will be dry-docked at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109 and available for contractor inspection approximately 2 May 2005. All work is to be performed at this location and completed by 15 May 2005. Normal business hours at Ensley Engineer Yard are 06300-1700 Monday through Thursday. Contractor hours may be adjusted by coordinating with the Shops Unit Supervisors and Security Personnel. Point of contact will be Terry Phifer, 901-785-6067. GENERAL NOTES SAFETY REQUIREMENTS 1. 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. a. ACCIDENT 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 Requiremen ts Manual, EM 385-1-1, 3 November 2004, Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. b. ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer. Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective ac tions 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. c. SUPERVISORS 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 employees regular duties and the avail ability of Light Duty so the injured employee can return to work as soon as medically possible. d. MACHINERY AND MECHANIZED EQUIPMERNT: 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 equipm ent inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. e. FIRST-AID/CPR REQUIREMENTS. Two employees shall be certified in CPR and first-aid pre shift/per site. 2. Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. 3. The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. At project completion the Con tractor 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 immediately. 4. Contractor will be responsible for containment and disposal of all waste generated during the project. No waste of any kind is to enter the lake. 5. All areas and equipment not requiring painting will be totally protected from blast media and over sprays. 6. Contractor must contact Gerald Townsell or Sidney Porter at 901-785-6058 to arrange for placement of contractor equipment. 7. All contractor equipment will be removed immediately from government property at job completion. No sandblasting or painting will take place until the Corps of Engineers representative has inspected and approved the contractors preventative measures to ensure against over-sprays, dust accumulation, and blast media damage. None will be tolerated. All areas and equipment not requiring paint must be fully protected AREA TO BE SANDBLASTED The forward bulkhead, approximate 140 sq ft and bilge in the below deck compartment where the MSD unit is located is to be sandblasted to SSPC 10 Near White Blast. All other areas in the compartment is to receive mechanical preparation for painting, i.e. grinding, chipping, sanding etc., and then feathering. Entire compartment is to be painted. PAINTING THE MSD COMPARTMENT Sandblasted and mechanically cleaned areas are to receive 4 mils dft of universal primer, non-white in color. Entire compartment is coated with Gloss White Enamel number 27880 for a total of 6 mils dft. PAINTING THE LAUNDRY ROOM All surfaces of the interior of the laundry/mud room is to be painted. Walls are to be painted Gloss White Enamel number 27880 for a total of 6 mils dft. The deck is to be painted Grey enamel # 16515 for a total of 6 mils dft. Universal primer applied at 4 mils dft will be used as needed. Areas of loose or failed paint will be mechanically prepared by chipping, grinding, sanding etc., and then feathered. 3. GENERAL NOTES FOR APPLICATION OF MATERIALS a. Manufacturers 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. b. Paints that have exceeded the closed shelf life or pot life recommended by the manufacturer shall not be used. c. At 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. d. Within 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 dow n with clean, dry, compressed air, and given the first coat of paint. e. Paint 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. f. Painting 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. g. Uniform 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 s imilar surface irregularities receive a film thickness equal to that of adjacent painted surfaces. h. All coats of all painted surfaces shall be un scarred and completely integral at the time of application of succeeding coats. i. All painting shall be accomplished before launching the vessel. The vessel shall not be launched before inspection and acceptance by the government. 4. 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. The Contractor shall w arranty 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. WORK IS TO BE COMPLETED ON OR BEFORE 15 MAY 2005. END SPECIFICATIONS 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. The Provisions at FAR 52.212-2  Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical capability and price with technical capability being greater in importance than price. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms and ConditionsCo mmercial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; 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; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabi lities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act o f 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; 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; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 April 2005 no later than 2:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-05- Q-0019 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email address Celestine.g.evans@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible f or award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers Memphis, Ensley Engineer Yard 2915 Riverport Road Memphis TN
Zip Code: 38109
Country: US
 
Record
SN00795245-W 20050427/050425212016 (fbodaily.com)
 
Source
FedBizOpps.gov 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.