SOURCES SOUGHT
19 -- VESSEL DISPOSAL - SHIP SURVEY
- Notice Date
- 5/31/2012
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-12-SS-1000
- Point of Contact
- Levis D Knox, Phone: 206-526-4888
- E-Mail Address
-
levis.d.knox@noaa.gov
(levis.d.knox@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- SHIP SURVEY This is a sources sought request for information. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, National Marine Fisheries Service, Office of Law Enforcement Alaska Division has a requirement for vessel disposal to include remediation of hazardous materials, fuel, oils and liquids, electronics and equipment and the dismantling and recycling of the entire vessel. See attached survey for vessel details. The Contractor shall remove the vessel from its current location and tow the vessel to the proposed recycling facility. The Contractor shall provide all personnel, insurance, equipment, tools, vehicles, labor, materials, facilities, supervision and any other items and services necessary to dismantle and dispose of the ship and any on board hazardous materials in a manner which is safe for workers and the environment. In addition the Contractor shall be responsible for obtaining all documentation and complying with all United States Coast Guard regulations for the preparation and towing of the vessel to the recycling facility. Compliance with all contractual requirements which are consistent with U.S. statutory and regulatory requirements including, but not limited to, the Toxic Substances Control Act (TSCA), the Resource Conservation and Recovery Act (RCRA), Occupational Safety and Health Act (OSHA), as well as international laws, treaties, conventions and agreements, as appropriate, is the responsibility of the Contractor. The Contractor will provide and maintain during the entire performance of the contract a performance bonding and all necessary insurance. This includes Workman's Compensation, including Longshoremen & Harbor Worker's Act Coverage, Employer's Liability, Comprehensive General Liability, Maritime Employers Liability, Pollution - sudden and accidental liability, Asbestos Abatement Liability, Lead Abatement Liability. The following coverage shall be in effect while the vessel is being towed: Tower's Liability, Hull and Machinery, Marine Protection and Indemnity. The Contractor will need to provide detailed certificates of insurance, cover note or policy confirming coverage. The Government intends to issue a firm fixed price contract for the dismantlement, recycling and disposal of the vessel based on the Contractors offer for the vessel in its "AS IS WHERE IS" condition in Dutch Harbor, AK. The Government may provide an estimate of hazardous material/waste quantities if available, but the Government does not guarantee the accuracy of estimated amounts of hazardous material/waste provided in any Government furnished information. The Government estimate of hazardous materials/wastes is provided for guidance purposes only as to the types and quantities of hazardous materials typically found on vessels of the size, age and type as the vessel included in the contract. The Government will not be responsible for or reimburse the contractor for any hazardous materials/wastes resulting from Contractor generated vessel tank or material/waste inventory. The Government will also not be responsible for or reimburse the Contractor for any hazardous materials/wastes generated as a result of Contractor remediation, dismantling or recycling processes or procedures. The Government will deliver to the Contractor or its agent the vessel in its "AS IS WHERE IS" condition, afloat and free of moorings at Dutch Harbor, AK and shall convey custody of the vessel for towing to the Contractors facility for dismantlement. In response to this notice please provide the following information: 1) A written response consisting of no more than 25 single spaced typed pages. Attachments will not be considered as part of the 25 pages. The narrative should include the following: Facility. Location of the facility where the vessel recycling and dismantlement will take place. Scale diagram of where in the facility the vessel will be moored and recycled. Capabilities/Past Experience. Description of current facility industrial capabilities including equipment, personnel and subcontractors. Past experience in ship repair, conversion and dismantlement. Key Personal. Resumes of the key personnel within the organization that will be responsible for the oversight and management of the recycling of the vessel. Include any subcontractors that may be required. Performance Schedule. Proposed performance schedule for the dismantlement of the vessel indicating major project milestones. Such as contract award date, vessel departure from Dutch Harbor, vessel arrival, removal of the last structural piece of the ship, completion of the disposal of all hazardous materials. Environmental Plan. Description of the facilities characterization, handling, storing and disposal of hazardous material and wastes from typical ship repair operations within the facility. Qualifications of key personnel who are responsible for the management of the hazardous material through the facility. List of the major subcontractors who remove transport and dispose of the hazardous waste generated from operations within the facility. Safety Plan. Facility safety plan with procedures for the protection of workers and the environment. 2) Your firm's DUNS number & CAGE code. 3) Your firm's SBA certified small business concern status, if any. Specifically identify if your firm is a small business, HUBZone-certified, Service Disabled Veteran Owned, Woman Owned or SBA 8(a) program certified. 4) A brief description of your firm's recent past experience (within past 3 years) performing relevant similar services. All information received in response to this notice shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. This notice is not a request for proposal. The purpose of this announcement is to gather information from the market place and any responses received will not be considered an Offer by the responding party and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as no solicitation has been prepared at this time. When to Submit: Responses are requested by 2PM Pacific Standard Time, 14 June 2012. Where to Submit: Responses: Levis.D.Knox@noaa.gov Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Contracting Office Address: 7600 Sand Point Way, Northeast Seattle, Washington 98115-6349 Place of Performance: Contractors Facility Primary Point of Contact.: Levis D Knox CONTRACT SPECIALIST levis.d.knox@noaa.gov Phone: 206-526-4888 Fax: 206-526-6025
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-SS-1000/listing.html)
- Place of Performance
- Address: CONTRACTORS FACILITY, United States
- Record
- SN02762111-W 20120602/120531235227-9918a7083c7391d7cffc296f35e8d2fe (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 |