SOLICITATION NOTICE
H -- Non-Destructive Testing using ultrasonic shear wave, and thickness gauge disiplines at Naval Diving and Salvage Training Center Panama City FL.
- Notice Date
- 8/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883609R0075
- Response Due
- 9/4/2009
- Archive Date
- 9/19/2009
- Point of Contact
- Derek Devine 904-542-1090 Marie Tarnowski (904)542-4452
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation number N68836-09-R-0075 is issued as a request for quotation (RFQ). FISC Jacksonville anticipates award of a firm-fixed price contract for the following: References:(a) Naval Facilities Engineering Command (NAVFAC)TM-CHENG/05-010-SCA Revision B (b)Occupational Safety and Hazards Administration (OSHA)(c)Compressed Gas Association (CGA) general industrial guide(d)Navy Ships Tech Manual S9086-SY-STM-010/CH-551 R2 Enclosures:(1)Naval Diving and Salvage Training Center (NDSTC) Gas Farm Schematic (2)Flask Excel SpreadsheetPurpose: This Statement of Work (SOW) outlines the requirements for the performance and documentation of Non Destructive Testing (NDT) of the NDSTC Gas Farm and associated volume tanks using both ultrasonic shear wave and thickness gauge disciplines.Scope:1. Reference A. provides critical information to conduct the required testing of the components which make up the NDSTC gas farm and associated volume tanks. 2. NAVFACENGCOM has mandated shear wave testing of all high pressure gas flasks both ASTM & MilSpec. The NDSTC gas farm is made up of 84 HP flasks the majority of which are 36 - 38 cubic feet and 18" - 21" in diameter with wall thicknesses varying between.85" to 1.3". Some of these are flasks are in a "nested" arrangement of 9 flasks. It is not possible to disassemble the gas farm to accomplish this testing and authorization has been given to utilize an ASTM approved procedure to accomplish the required testing. The guiding document for the testing is Navy Ships Tech Manual S9086-SY-STM-010/CH-551 R2, which specifies mandatory 60% shear-wave coverage and thickness gage testing of 100% in a 12" X 12" grid. Additionally, there are 16 lp/mp volume tanks which require the thickness gage testing only in 12 "x 12" grid. See enclosure (2).3. The contractor will staff this contract with a single Senior Technician and provide all of the equipment and consumables required to perform the services per reference (a). The contractor's Senior Technician will be augmented on a daily basis by one or two NDSTC NDT personnel who will assist the Technician in his/her duties while they learn the NDT process. The ultrasonic flaw detector used in testing must be either an Olympus EPOCH 4 or XT model as NDSTC has already purchased this model of detector and require training. A normal work day is based upon on a 10 hour work day for the contractor and an eight hour day for the NDSTC support personnel. Work is to take place during the normal 5-day work week, Monday through Friday, excluding federal holidays. Weekend work and/or any overtime due to inclement weather are not authorized unless it is pre-approved by the assigned Contracting Officer's Representative (COR).4. NDSTC and the contractor will conduct a pre-testing meeting for the purpose of reviewing this Statement of Work (SOW) and/or amending the contractor's work plan to prevent interruption of training support to Diver Training. A start date will than be determined which meets both facility needs and allows the contractor to meet contract time requirements. 5. Working closely with the Contractor, NDSTC Engineering Department will provide and manage the tag-out/lockout required to safely protect the Contractor personnel and Navy personnel during the performance of this contract. NDSTC personnel will manage, authorize, hang and clear all lockout/tag-out devices required to safely perform the work required of this contract. NDSTC personnel shall provide on-site training and orientation with these lockout/tag-out requirements prior to commencement of work and on request of the contractor management. No work may proceed without the express permission of the NDSTC Hyperbaric's Maintenance Supervisor. On request, NDSTC personnel will isolate high pressure gas discharge piping and electrical power source as per NDSTC tag-out/lockout instruction. Each tag or lock will warn that valves and circuit breakers must remain in the tagged/locked position until both the Contractors Site Supervisor and the NDSTC Hyperbaric's Maintenance Supervisor agree and indicate on the appropriate forms that the Tag/lock can be removed.6. NDSTC must continue to train students throughout the length of the contract and under no circumstance will performance of the contract interfere with training. The eighty six (86) individual flasks are "nested" in the Gas Farm in individual racks of nine flasks each. During the performance of this contract none of the flasks are to be disassembled or removed from the nesting racks to conduct the applicable inspections. The nesting racks also limit the clearance and access to the flasks. Contractor must provide testing equipment to perform testing within these limitations. Refer to drawings and pictures for details.Requirements:1. Accomplish and document NDT services on NDSTC Gas Farm in accordance with reference (a).2. The contractor's performance shall begin no later then sixty (60) days from date of award. The Contractor shall provide a point of contact within their company. This person will serve as the contractor's Contract Administrator. This Contract Administrator will be required to monitor the contracts progress at all times and he/she shall be empowered to make decisions for the contractor.3. Any proposed changes or alterations of the contract must be submitted to the Contracting Officer in writing for review prior to executing any such changes to the existing contract. The NDSTC COR will provide advice to the Contracting Officer in a timely manner in order to quickly resolve any contract change requests or questions.DeliverablesThe contractor will provide the below deliverables during the performance of the contract (as required) and at the completion of this contract:1. Using schematic provided in enclosure (1) and the spreadsheet in enclosure (2), the contractor will conduct NDT services and provide a full written report. Report will include, at a minimum, the NDT results including; both shear and thickness readings on each flask by serial number and thickness test results of applicable volume tanks. Reports will be given to the COR no later than 10 working days following the completion work in accordance with reference (a).2. Upon completion of the contract the contractor shall submit two copies of all finding for all flasks and volume tanks inspected in three ring binder(s). The technical deliverables shall contain: objective quality evidence (OQE) information relative to reference (a), quality provisions in sufficient depth, detail and organization for all components and materials tested, instruments used and their current calibration information. It must also include documentation of the contractor's Technician's qualifications. All submitted QA documentation shall be auditable, legible, accurate and complete. Each document shall be dated and signed and shall indicate, by the signature, that the subject work, procedures, materials, and testing units and calibration standards meet the requirements of this Statement-Of-Work and the provisions of reference (a). The OQE shall include but not be limited to copies of:(1) Test Equipment calibration and specification sheets(2) Contractor qualification/certification documents(3) Support equipment certifications/calibrations for transducers, couplant and all applicable sensors deemed necessary by the terms of this SOW and or the contractor.(4) Dedicated test/record sheets for each flask/volume tanks inspected. Sheer wave and thickness testing shall be documented on separate sheets. General Paragraphs:1. Special Performance Requirements- Attention is called to the fact that this contract calls for inspection of sensitive life support systems. Failure to adhere to the highest standards of workmanship and attention to detail will create severe hazards to life and persons working with this equipment and these systems. Failure at any time to meet these requirements may be cause for termination for default, and in any event will be cause for government rejection of procedures or results.2. Contractor Technical Responsibility- This contract contains technical requirements to which the contractor must adhere. However, it is the contractor's responsibility to confirm by applicable engineering analysis that component sizes, choices sited herein are adequate to safely perform the operational/performance requirements of references (a) through (d). Any technical issues or data not specified herein or within the references are the responsibilities of the contractor. The contractor shall cite his intentions in these areas as soon as they become known by Request for Information (RFI). The government will respond in two working days on each RFI received.3. Conformance Requirements- Omissions from the drawings, specifications or the details of work which are manifestly necessary to carry out the intent of the contract, or which are customarily performed, shall not relieve the contractor from performing such omitted details. Work shall be performed fully and correctly as set forth and described in the references and specifications. Any discovered omission shall be evaluated individually between the contractor and the contracting officer. Government Furnished Equipment, Labor or Services1. The government will also be performing other work concurrent with the performance of this SOW. The 1 or 2, NDSTC NDT personnel assigned will work under the general guidance of the senior contractor technician in pursuit of their individual NDT qualifications.WarrantyAll performance and reports supplied shall be provided with a one (1) year warranty per manufacturer's standards and accepted engineering practices. Applicable standards and reports supplied are subject to NAVFACENGCOM SCA acceptance.Travel ReimbursementContractor Travel: The contractor shall conduct all travel in accordance with FAR 31.205-46. Per Diem for work assigned under this contract will be reimbursed to employees consistent with company policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulation. The contractor shall notify the COR when travel expended reach 85% of the funded amount. All deliverables shall be FOB Destination to the respective locations. Responsibility and Inspection: the supplier is responsible for the performance of all inspection requirements and quality control.Bidders will provide the following for review: Itemized price quotes, photos /diagrams (or links to online photos / diagrams) of like-systems, description of system operation / functions / features, and an outline of on-site training The following FAR provisions and clauses are applicable to this document:52-212-1, Instructions to Offerors-Commercial Items; 52-212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 16, 17, 18, 19, 20, 21, 22, 25,. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. ADENDA: FAR Clauses 52.207-4, 52.211-15 apply. Additional contract terms and conditions applicable to this procurement are as follows: 252.212-7000, Offeror Representations and Certifications-Commercial Items; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 4. The Year 2000 Warranty-Commercial Items applies. This announcement will close at 3:00 PM (EST) 4 September 2009. Contact: Derek Devine who can be reached at (904) 505-4722 or email derek.devine@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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, in descending order of importance: 1.Technical capability2.Management Plan3.Past performance 4.PriceIn their proposals offerors shall include reference information as indicated in the Contractor Performance Data Sheet. Offerors shall provide information on 3 previous Government contracts whose effort was relevant to the effort required by this solicitation; the contracts provided shall have been performed within the last 3 years. The Government may evaluate an offeror's past performance on less than the maximum possible number of references. If the offeror has not had 3 Government contracts within the last 3 years, information on relevant subcontracts and/or commercial contracts may be submitted instead (the information must be clear whether the work by the offeror was done as a prime contractor or a subcontractor). Offerors who describe similar contracts and subcontracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the RFP. For each of the three contracts provided as a reference, the offeror shall provide all of the information specified.The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to Contractor Performance Assessment Reporting System (CPARS) and DOD Past Performance Automated Information System (DODP AIS). The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. This past performance information will be used for the evaluation of past performance. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the offeror. The burden of providing thorough and complete past performance information remains with the offeror.Offerors with past performance data will be evaluated. However, those offerors with no past performance data will neither be evaluated as acceptable or unacceptable. Therefore, offerors will receive a rating of acceptable for acceptable past performance as defined it Figure 1-1, unacceptable for poor past performance as defined it Figure 1-1, and a neutral rating for no relevant past performance.Figure 1-1: Past Performance RatingsAcceptable Past Performance: The offeror's performance of previously awarded relevant contract(s) met or exceeded contractual requirements. Performance over completed contracts was consistently of adequate or better quality or exhibited a trend of becoming so. The offeror's past performance record leads to an expectation of successful performance. Unacceptable Past Performance: The offeror's performance of previously awarded relevant contract(s) did not meet most contractual requirements and recovery did not occur with the period of performance. The assessed prior performance reflected serious problem(s) for which the offeror either failed to identify or implement corrective actions or for which corrective actions, implemented, or proposed to be implemented, were, or are expected to be, mostly ineffective. Performance over completed contracts was consistently of poor quality or exhibited a trend of becoming so. The offeror's past performance record leads to a strong expectation that successful performance will not be achieved or that it can occur only with greatly increased levels of Government management and oversight. Neutral: This rating shall only be used if the offeror has no relevant past performance information.Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact (name and phone number), GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.All quotes and supporting documents will be submitted electronically to: derek.devine@navy.mil or faxed to : 904-542-1098 no later than 3:00 PM (EST) Friday 4 September 2009.Contracting Office Address: Department of the Navy, Naval Supply Systems Command, FISC Jacksonville Box 97, 110 Yorktown Blvd., Jacksonville Fl 32212, UNITED STATES Places of Performance: NAVAL DIVING AND SALVAGE TRAINING CENTER, 350 SOUTH CRAG ROAD, PANAMA CITY FL 32407-7016Point of Contact(s): Derek Devine, Contract Specialist, Phone 904-542-1090, Fax 904-542-1098, Email derek.devine@navy.mil - Marie Tarnowski, Contracting Officer, Phone 904-542-4452, Fax 904-542-1098, Email marie.tarnowski@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883609R0075/listing.html)
- Place of Performance
- Address: 350 South Crag Street, Panama City, Fl
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN01930060-W 20090829/090828083010-fbd8cb2732872a68571844a7663a68c6 (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 |