SOLICITATION NOTICE
J -- SURFACE PREPARATION, PAINTING AND NON-SKID REPLACEMENT ON 34' PATROL BOATS
- Notice Date
- 6/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0282
- Response Due
- 6/20/2011
- Archive Date
- 7/12/2011
- Point of Contact
- Charles (Fletch) Fletcher II 619-532-2658
- E-Mail Address
-
Contract Specialist's e-mail address
(charles.e.fletcher@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Class J020 and NAICS 336611. This is an All or None offer. The agency need of the following requirements: INDIVIDUAL ITEMS BREAKDOWN LIST Part/Catalog NumberDescriptionQtyUI 000134 PATROL BOAT PREP AND PAINTING SEE PERFORMANCE BASED STATEMENT OF WORK IN THIS SOLICIATION BOAT NUMBERS 1) 34PB0207 2) 34PB0212 3) 34PB0226 4) 34PB0228 5) 34PB0229 6) 34PB0230 7) 34PB0235 0001AAFIRST BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT ONE EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT ONE EQUATION: ONE BOAT X COST OF MATERIAL =1EA 0001ABSECOND BOAT COMPLETED AND AVAILABLE. LABOR HOURS BOAT TWO EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT TWO EQUATION: ONE BOAT X COST OF MATERIAL =1EA 0001ACTHIRD BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT THREE EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT THREE EQUATION: ONE BOAT X COST OF MATERIAL =1EA 0001ADFOURTH BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT FOUR EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT FOUR EQUATION: ONE BOAT X COST OF MATERIAL =1EA 0001AEFIFTH BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT FIVE EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT FIVE EQUATION: ONE BOAT X COST OF MATERIAL = 0001AFSIXTH BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT SIX EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT SIX EQUATION: ONE BOAT X COST OF MATERIAL = 0001AGSEVENTH BOAT COMPLETED AND AVAILABLE 1. LABOR HOURS BOAT SEVEN EQUATION: NUMBER OF HOURS X PER HOUR RATE = 2. MATERIAL FOR BOAT SEVEN EQUATION: ONE BOAT X COST OF MATERIAL = PERFORMANCE BASED STATEMENT OF WORK Surface Preparation, Painting and Non-Skid Replacement on Seven (7) - 34 Patrol Boats 11 May 2011 REFERENCES (a)FY12 (change 1) NAVSEA Standard Item 009-032. Special attention should be given to Table One, lines 9 & 10 (notes 2, 4, 46 & 48 pertain) and Table Two, lines 21, 22, & 23 (notes 21, 23, 42, 43 & 47 pertain) 1.0 BACKGROUND Maritime Expeditionary Security Group ONE (MESG-1) has been tasked with the refurbishment of seven (7) of its 34 foot Patrol Boats that are returning from an overseas deployment. While most of this refurbishment will be accomplished by MESG-1 organic assets, the boat surface preparation, painting and replacement of non-skid is beyond the capabilities of the organic assets. 2.0 SCOPE Accomplish surface preparation, priming and painting of all exterior and interior hull surfaces, exterior and interior deckhouse surfaces, and replace deck and deckhouse working areas with non-skid in accordance with (IAW) with FY11 (change 1) NAVSEA Standard Item 009-32. All / any name brand items called out this Statement of Work may be substituted with an or equal item provided that a condition report listing all the specifications, characteristics, and properties of that item is compared to the name brand item and is approved by the Technical Point of Contact (TPOC) prior to use. The seven (7) Patrol Boats are: 1) 34PB0207 2) 34PB0212 3) 34PB0226 4) 34PB0228 5) 34PB0229 6) 34PB0230 7) 34PB0235 2.1Work must commence no later than 01 July 2011 and conclude no later than 07 October 2011. Work on each boat must be completed in two weeks or less, and boats shall be individually made available to the customer upon completion of the hull rather than waiting until the completion of the contract. Work on the boats shall be completed as follows: First boat completed and available:No Later Than (NLT) 15 July 11 Second boat complete and available:NLT 29 July 11 Third boat completed and available:NLT 12 August 11 Fourth boat completed and available:NLT 26 August 11 Fifth boat completed and available:NLT 9 September 11 Sixth boat completed and available:NLT 23 September 11 Seventh boat completed and available: NLT 7 October 11 3.0 TECHNICAL REQUIREMENTS 3.1 The contractor will provide a detailed schedule to the TPOC prior to work commencement outlining the following major milestones: A. Hull/surface preparation B. Hull/surface priming C. Hull/surface painting D. Non-skid application E. Pre-delivery inspection 3.2 The contractor will transport the boats on their trailers from the boat storage lot located at MESG-1, Naval Outlying Field (NOLF), Imperial Beach (IB), California to the painting facility. Upon completion of work, the boats and trailers shall be returned to MESG-1. The contractor s tow vehicle must be compatible with the trailer s brakes and lights. The contractor will be responsible for removing the boats from the transportation trailer and place in a skid configured for all work and painting. NO preparation, priming or painting will be conducted while the boat is in its trailer. 3.3 IAW the paint manufacturer s instructions and reference (a), prepare hull exterior above and below the waterline, hull interior, cabin exterior and interior, exterior railings and fittings, forward gun tub and all non-skid surfaces and all other interior and exterior gel coated surfaces for painting. 3.4Using spray equipment, apply primer and two-part polyurethane enamel or two part Linear Polyurethane (LP) to all prepared surfaces IAW paint manufacturer s instructions and reference (a). No runs, sags, holidays, or orange peel allowed with either primer or paint coats. Color will be Haze Gray #26270 of FED STD-595 with a 20% flattening agent. 3.5Underwater hull: Apply Petit Vivid Anti-fouling paint, color black, including metal prep and barrier coat, in accordance with paint manufacturer s instructions and reference (a). Apply two coats of anti-fouling, not including the barrier coat. CHECKPOINT: Provide for the TPOC to inspect the barrier coat prior to application of anti-fouling paint. Anti-fouling paint will be free of runs, sags, drips, holidays, orange peel and overspray. 3.6Non-skid application: Apply PPG Amercoat 138G Non-Skid Coating Composition G, Dark Gray 595BF/S 36076 QPL 24667 in accordance with manufacturer s instructions and reference (a). 3.7Fair any pit-holes and scratches / gouges in the painted surfaces to restore to a like new finish. 3.8No paint shall be applied to the DAGR antenna. No paint shall be applied between any antennal mount and the hull and or arches of the Patrol Boat. This interface shall be clean metal. All grounding and bonding connections shall not be painted. CHECKPOINT: Provide for the TPOC to inspect each vessel prior to loading for delivery to MESG-1 and again upon delivery, should pre-delivery inspection and actual delivery be delayed more than on day from the pre-delivery inspection conducted at the contractor s facility. 3.9The contractor shall be responsible for the dry berth / storage, crane, rigging and transporting of each boat on its trailer to the repair facility and back to MESG-1, NOLF, Imperial Beach, CA. 3.10The contractor shall be responsible for the proper handling and disposal of hazardous material and hazardous waste. 3.11The contractor shall be responsible for the removal and reinstallation of interferences for the accomplishment of all repairs, reconditioning and replacements for the accomplishment of this work package. 3.12Dry berth / storage for each boat and trailer during the accomplishment of work shall be located at the repair facility and controlled by the contractor. 4.0 GENERAL CONTRACT SUPPORT The contractor shall provide technical support as outlined in section 3. 5.0 GOVERNMENT FURNISHED EQUIPMENT None. 6.0DELIVERABLES / TASKS Deliverables / tasks shall include, but are not limited to: 6.1 Schedule of Deliverables/Tasks Deliverable TitleTask Numbers Description Due DateReviewer / Acceptor Detailed Schedule3.1Contractor to provide detailed schedule prior to work commencement outlining the following major milestones for each PB. A. Hull/surface preparation B. Hull/surface priming C. Hull/surface painting D. Non-skid application E. Pre-delivery inspection30 June 11TPOC PB # 13.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion15 July 11TPOC PB # 23.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion29 July 11TPOC PB # 33.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion12 Aug 11TPOC PB # 43.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion26 Aug 11TPOC PB # 53.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion09 Sep 11TPOC PB # 63.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion23 Sep 11TPOC PB # 73.2; 3.3; 3.4; 3.5; 3.6; 3.7; 3.8; 3.9; 3.10; 3.11; 3.12 Transport boat, prepare surfaces, prime, paint, apply non-skid, provide for inspection at checkpoints #1 and #2 and return boat to MESG-1 upon completion07 Oct 11TPOC 6.2 Performance Requirements Summary This table specifies the standard for satisfactory performance of the tasks specified in this statement of work. TaskPerformance Standard 3.1 Provide ScheduleWritten schedule listing dates for the 5 mile-stones for each of the 7 boats will be provided in either MS Excel or MS Project format. A. Hull/surface preparation B. Hull/surface priming C. Hull/surface painting D. Non-skid application E. Pre-delivery inspection 3.2 Transport Patrol BoatsEach Patrol Boat will be safely transported from the boat storage lot located at MESG-1, NOLF, IB, CA to the contractors facility, placed in a skid configured for all work. No work will be accomplished while the boat is on its trailer. 3.3 Prepare boats for painting All surfaces will be prepared IAW paint manufacturer s instructions and conform to the standards included in reference (a). 3.4 Priming and paintingUsing spray equipment, apply primer and two-part polyurethane enamel or two part Linear Polyurethane (LP) to all prepared surfaces IAW paint manufacturer s instructions and conform to the standards included in reference (a). No runs, sags, holidays, or orange peel allowed with either primer or paint coats. Color will be Haze Gray #26270 of FED STD-595 with a 20% flattening agent. Provide for the TPOC to inspect the barrier coat prior to the application of anti-fouling paint, this is a required checkpoint 3.5 Application of underwater hull anti-fouling paint.Underwater hull: Apply Petit Vivid Anti-fouling paint, color black, including metal prep and barrier coat, in accordance with paint manufacturer s instructions and conform to the standards included in reference (a). Apply two coats of anti-fouling, not including the barrier coat. 3.6 Non-skid applicationNon-skid application: Apply PPG Amercoat 138G Non-Skid Coating Composition G, Dark Gray 595BF/S 36076 QPL 24667 in accordance with manufacturer s instructions and conform to the standards included in reference (a). 3.7 Fair surfacesFair any pit-holes and scratches / gouges in the painted surfaces to restore to a like new finish and conform to the standards included in reference (a). 3.8 Antennas, grounding and bonding connectionsNo paint shall be applied to the DAGR antenna. No paint shall be applied between any antennal mount and the hull and or arches of the Patrol Boat. This interface shall be clean metal. All grounding and bonding connections shall not be painted. Provide for the TPOC to inspect each vessel prior to loading on its trailer for delivery to MESG-1, this is a required checkpoint 6.3 Quality Assurance Methodology Inspections of the Schedule of Deliverables will be based on the standards in the Performance Requirements Summary. TaskWhat will be inspectedWho will inspect itWhen it will be inspectedWhere it will be inspectedHow it will be inspected 3.5Barrier coat prior to application of antifouling paintTPOC or Alternate TPOCWithin 24 hours of notification by contractorContractor s FacilityVisual inspection 3.8Paint and Non-skid applicationTPOC or Alternate TPOCWithin 24 hours of notification by contractorContractor s FacilityVisual inspection 7.0 Special Requirements None 8.0 Subcontractors / Consultants Not applicable. 9.0 Administration Contracting Officer: FISC San Diego, Code 220 Charles E. Fletcher II Regional Contracts Department 937 N. Harbor Dr., 7th Floor San Diego, CA 92132-0060 Phone: (619) 532-2658 Fax: (619) 532-1088 E-mail: charles.e.fletcher@navy.mil Contracting Officers Representative: Maritime Expeditionary Security Group One ATTN: David Gray Imperial Beach, CA 91932 Telephone: (619) 437-9470 Fax: (619) 437-9526 E-mail: Organization and Mailing Address: NSWC Carderock Division DET Norfolk Combatant Craft Department 2600 Tarawa Court, Suite 303 Norfolk, VA 23421-3239 Customer TPOC: Bill RobertsAlternate TPOC: Kim Sage Phone: 619-873-1688Phone:619-241-1688 Fax: 619-417-9445Fax:619-437-9445 Email: wilbur.l.roberts.ctr@navy.mil Email: kim.sage@navy.mil (Vendor s Name)Technical Point of Contact: 10.0 Contracting Officer Only the Contracting Officer has the authority to represent the Government in cases where the delivery order requires a change in the terms and conditions, delivery schedule, scope of work, and / or price of the products and / or services acquired under this Delivery Order 11.0 Payment Schedule Contractor may invoice monthly in arrears. Invoices shall be submitted once a month for services rendered, travel performed, and supplies and materials purchased during the previous month. All invoices need to be submitted electronically via WAWF. Hard copy invoices cannot be accepted. Only one invoice may be submitted per month. Invoices must identify the invoicing period. Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at https://wawftraining.eb.mil. Additional support can be accessed by calling the DISA Ogden Help Desk at 1-866-618-5988. Select the Invoice and Receiving Report (Combo) within WAWF as the invoice type. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. 12.0 Classified Services This statement of work is UNCLASSIFIED. The deliverables identified within this statement of work are UNCLASSIFIED. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. 52.204-7 Central Contractor Registration APR 2008 52.247-34F.O.B. Destination NOV 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. N00244M313 EVALUATION OF OFFERS-USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO). Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE Code, Dun and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PST, Monday, 20 June 2011 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0282/listing.html)
- Place of Performance
- Address: NOLF IB BLDG 184, IMPERIAL BEACH, CA
- Zip Code: 91932
- Zip Code: 91932
- Record
- SN02469505-W 20110612/110610234818-8ad66c90dd0be70711146667fe215a01 (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 |