Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

J -- MAINTENANCE AND REPAIR OF PAINT FLOATS

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412R0086
 
Response Due
8/24/2012
 
Archive Date
9/21/2012
 
Point of Contact
Charles E. Fletcher II 619-556-5519
 
E-Mail Address
contract specialist
(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 J019 and NAICS 336611. This is an All or None offer. The agency need of the following requirements: 0001BASE YEAR LOT 1 (10 SEP 12-09 SEP 13) MAINTENANCE AND REPAIR OF 23 PAINT FLOATS 0002OPT YR 1 LOT 2 (10 SEP 13-09 SEP 14) MAINTENANCE AND REPAIR OF 23 PAINT FLOATS 0003OPT YR 2 LOT 3 (10 SEP 14-09 SEP 15) MAINTENANCE AND REPAIR OF 23 PAINT FLOATS 0004OPT YR 3 LOT 4 (10 SEP 15-09 SEP 16) MAINTENANCE AND REPAIR OF 23 PAINT FLOATS 0005OPT YR 4 LOT 5 (10 SEP 16-09 SEP 17) MAINTENANCE AND REPAIR OF 23 PAINT FLOATS Performance Work Statement for Paint Float Maintenance to Support Commander Navy Region Southwest (CNRSW), Port Operations, San Diego, California 06 Jun 2012 1.INTRODUCTION: This task order is for the provision to provide the required maintenance and repair services to maintain the berthing equipment of the current inventory of paint floats. The assets are utilized in support to the Fleet meeting the CNRSW Port Operations requirement of executing the CNRSW mission. 2.BACKGROUND: Port Operations has an inventory of paint floats that are utilized to support both Home Ported and Visiting ships in the San Diego area. These paint floats are in high demand, but with the intense utilization of these units continuous maintenance and repair of these units are critical. Through repeated inspections, items such as scaffolding structure, decking, hand rails, and fendering become bent, broken and dislodged creating an unsafe work environment. The continual and rotating services of berthing equipment, such as the paint floats, are critical to maintain, repair, and preserve the outer hulls and structures of the ships. The on-going repair of the grating, handrails, scaffolding and fendering system is a critical requirement. 3.SCOPE: This performance work statement (PWS) specifies the tasks to be performed, deliverables to be provided and performance objectives to be met in support of CNRSW Port Operations. The contractor shall provide the specified services of scaffolding, deck grating, and fendering repair/replacement on said scaffolding as well as on the float structure and water tight repair integrity repair and services in support of CNRSW Port Operations maintenance requirements. 4.APPLICABLE DOCUMENTS: N/A 5.REQUIREMENTS: The contractor shall provide all support necessary to successfully satisfy the requirements and performance objectives of the PWS. The contractor shall: 5.1.Execute through a service contract to conduct deck, D-fender, hand and support rails, and scaffolding repairs and maintenance on twenty-three (23) paint floats. The various sized paint floats are two, three and four stage which requires various repairs to the scaffolding support, decking, deck grating, scaffold fendering and hand rails to the following specifications: 5.1.1.Contractor is required to have Naval base and waterfront access, so paint floats can be inspected and delivered to the repair facility by tug boat/push boat and returned by waterfront access (tug boat/push boat) once the repairs are completed. (Most repairs are expected to be completed while the paint float is waterborne. If contractor elects to remove the paint float from the water, it shall be at no added cost to the government without government representative s expressed authorization). 5.1.2.Contractor shall repair all damaged scaffold decking ensuring all repaired, new, or replaced deck grating is tightly welded in 8 - 12 intervals along the inner and outer lengths of the deck grating. All mating ends of the deck grating shall be welded together by a 3 4 weld. 5.1.3.Contractor shall repair all damaged D-type rubber fendering supports and D-type fenders as per original material. 5.1.4.Contractor shall repair and / or replace any damaged or loose frame work and / or hand rails as required with 2 x 2 by thick tubing per original configuration. 5.1.5.Contractor shall replace / repair any affected deck supports and grating as required on each level to ensure a safe and secure deck surface to walk on. 5.1.6.Contractor shall preserve and paint affected area on each float with two coats of commercially acceptable marine grade base paint and two coats of marine grade haze gray top coating. 5.1.7.Contractor shall return paint floats to operational status and delivery to the original storage facility where picked up. 5.1.8.Contractor shall ensure each paint float is ballasted to an even keel upon completion of repair. 5.2.Other contractor responsibilities: Contractor shall: 5.2.1.Furnish all tools, material, labor, equipment, supervision and transportation necessary to provide repairs. 5.2.2.Meet all OSHA standards and any other applicable local and federal requirements. 5.2.3.Contractor must have base access to provide services at Naval Base, San Diego, Naval Base, Coronado and Naval Base, Point Loma. 5.2.4.Contractor shall perform 5.2.5.The contractor shall be responsible for employing technically qualified personnel to perform the work specified in this performance work statement. 5.2.6.The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 5.2.7.The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under the contract. 5.2.8.The Government reserves the right, during the life of this task order, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the government reserves the right to review resumes of contractor personnel proposed to be assigned. 5.2.9.Personnel assigned to, or utilized by, the contractor in performance of work shall be fully capable of performing the contemplated functions of the respective labor categories in an efficient, reliable, and professional manner. 5.2.10.Pick-up/Delivery locations will be Naval Base, San Diego, CA 92136. Exact site location(s) are to be specified at the time of each order. 6.DELIVERABLES: The Contractor shall provide the following deliverables in accordance with the schedule provided. Deliverables shall be in contractor format and delivered to the Contracting Officer Representative (COR) or designated representative. The Government shall have 5 working days to provide comments. Deliverable(s)Due Date Repair of 23 paint floats as directed by direction of COR.As directed by the COR Conduct emergent haul out, inspection and repairs within 24 hours of COR call out. Within 24 hours of COR call out. Provide inspection forms highlighting conditions found and work performed upon completion of all repair services.Within five (5) business days of service provided. Operations 7.QUALITY ASSURANCE PLAN: Section 5 of this performance work statement (PWS) specifies the tasks to be performed, and section 6 specifies the required deliverables. In accordance with the Contract Administration/Quality Assurance Surveillance Plan, Attachment II of the contract, the Contracting Officer s Representative (COR), with the assistance of designated technical assistants, will measure and evaluate the contractor s performance of this PWS in terms of: Requirement:Performance Measurement:Performance Standard: Task CompletionTimelinessTasks completed in required timeframes Successful completionPWS requirements are successfully completed Contract DeliverablesTimelinessDeliverables provided in required timeframes Context & FormatNot Applicable Cost ControlEffective and efficient cost controlNot Applicable Level of EffortEffective and efficient management of workforceNot Applicable 8.PLACE OF PERFORMANCE: Naval Base San Diego, Naval Air Station North Island and Naval Base Point Loma, San Diego California 9.GOVERNMENT FURNISHED EQUIPMENT AND MATERIALS: None 10.PERIOD OF PERFORMANCE: 10 Sep 2012 09 Sep 2013, with four option years 11.TECHNICAL POINT OF CONTACT AND CONTRACTING OFFICER REPRESENTATIVE: The COR and Technical Representative for this effort is Mr. Brian Lehmkuhler, Regional Program Manager, Marine Maintenance, CNRSW Port Operations at 619-556-6790; Facsimile: (619) 556-5082, Email: Brian.Lehmkuhler@navy.mil. 12.SECURITY: N/A CONTRACT ADMINISTRATION PLAN (CAP) FOR FIXED PRICE CONTRACTS In order to expedite the administration of this contract, the following delineation of duties is provided. The names, addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications, or information regarding the administration function assigned. 1. The Procuring Contract Office (PCO) is responsible for: a. All pre-award duties such as solicitation, negotiation and award of contracts. b. Any information or questions during the pre-award stage of the procurement. c. Freedom of Information inquiries. d. Changes in contract terms and/or conditions. e. Post award conference. 2. The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS 242.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein. Name: Brian W. O Donnell Contracting Officer Charles E. Fletcher II Contract Specialist Phone: (619) 556-5519 Email Address: charles.e.fletcher@navy.mil 3. The paying office is responsible for making payment of proper invoices after acceptance is documented. 4. The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance of duties such as those set forth below. It is emphasized that only the PCO/CAO has the authority to modify the terms of the contract. In no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person is effective or binding on the Government. If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractor shall promptly notify the PCO in writing. No action may be taken by the contractor unless the PCO or CAO has issued a contractual change. The COR duties are as follows: a. Technical Interface (1) The COR is responsible for all Government technical interface concerning the contractor and furnishing technical instructions to the contractor. These instructions may include: technical advice/recommendations/clarifications of specific details relating to technical aspects of contract requirements; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract. The COR is the point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO. (2) The COR is prohibited from issuing any instruction which would constitute a contractual change. The COR shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor. b. Contract Surveillance (1) The COR shall monitor the contractor's performance and progress under the contract. In performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services. The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms of the contract. If the contractor is directed to perform the contract services in a specific manner, the line is being crossed. In such a situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract into one for personal services. (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods are not being used. If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation. (3) The COR will take timely action to alert the PCO to any potential performance problems. If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress. (4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS Automated Information System (AIS). The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractor performance. The completed CPAR, including contractor comments if any, (NOTE: contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO) review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract option periods should be ready at 1-year intervals thereafter. c. Invoice Review and Approval/Inspection and Acceptance (1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables. The COR shall expeditiously review copies of the contractor's invoices or vouchers, certificate of performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations. (2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor. The COR must be cognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract. (3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance. (4) The COR shall work with the Contractor to obtain and execute a final invoice no more than 60 days after completion of contract performance. The COR shall ensure that the invoice is clearly marked as a Final Invoice. d. Contract Modifications. The COR is responsible for developing the statement of work for change orders or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work. e. Administrative Duties (1) The COR shall take appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract. This includes all modifications, government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports. (2) The COR shall maintain files on all correspondence relating to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for the purpose of discussing the contract. (3) The COR must take prompt action to provide the PCO with any contractor or technical code request for change, deviation or waiver, along with any supporting analysis or other required documentation. f. Government Furnished Property. When government property is to be furnished to the contractor, the COR will take the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance of work. g. Security. The COR is responsible for ensuring that any applicable security requirements are strictly adhered to. h. Standards of Conduct. The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions. i. Written Report/Contract Completion Statement. (1) The COR is responsible for timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance. The report shall be submitted within 30 days prior to the exercise of any contract option and 60 days after contract completion. The report shall include a written statement that services were received in accordance with the Contract terms and that the contract is now available for close-out. The report shall also include a statement as to the use made of any deliverables furnished by the contractor. (2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 days of contract completion. (3) The COR is responsible for providing necessary assistance to the Contracting Officer in performing Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files. COR Name: Brian Lehmkuhler Address: Commander Navy Region Southwest Port Operations 3315 Buchanan St., Bldg 150 Naval Station, San Diego, CA 92136 Tel: (619) 556-6790 Email: brian.lehmkuhler@navy.mil 5. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR. The TA does not have the authority to provide any technical direction or clarification to the contract. Duties that may be performed by the TA are as follows: a. Identify contractor deficiencies to the COR. b. Review contract deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation. c. Assist in preparing the final report on contractor performance for the applicable contract in accordance with the format and procedures prescribed by the COR. d. Identify contract noncompliance with reporting requirements to the COR. e. Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests. f. Review invoices and provide the COR with recommendations to facilitate COR certification of the invoice. g. Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions. h.Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor. Name: TA Name: Not assigned 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING (DEC 2010) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERICAL ITEMS (FEB 2012) 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) 52.217-5 EVALUATION OF OPTIONS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING (AUG 2011) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.232-36 PAYMENT BY THIRD PARTY (FEB 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2012) (DEVIATION) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Submission of Proposals Format Responses to this offer are required in electornic format. Offerors shall ensure that the evaluation factors idenitfied herein are adequately addressed in their proposal submissions. The overall proposal shall consist of three (3) physically separate parts, individually titled Parts 1, 2, and 3. Individual volumes shall contain the following: Part I Solicitation & Signed SF1149. All signed amendments (SF30s) if there s any. Proposal must include all option years Part II - Capability to Perform, Past Performance and Price Part III - Offerors Representations and Certification (FAR 52.212-3) NOTE: Offers submitted on NECO will be rejected as Non-Responsive. An offer may be submitted through e-mail. No mailed copy will be accepted. E-mail to charles.e.fletcher@navy.mil. 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. 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 https://www.sam.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. 52.212- 2 EVALUATION COMMERCIAL ITEMS (JAN 1999). 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 PM (PST), Friday, 24 Aug 2012, 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/N0024412R0086/listing.html)
 
Place of Performance
Address: 3315 Buchanan Street, San Diego, CA
Zip Code: 92136
 
Record
SN02846038-W 20120822/120820234856-664f3ae0af50eab123ce8ad3078f2f4a (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 |
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.