DOCUMENT
14 -- PAINT REMOVAL SURFACE PREPARATION AND REPAINTING OF TWO LAUNCH TEST VEHICLES (LTV) - Attachment
- Notice Date
- 10/18/2012
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N00164 Naval Surface Warfare Center, Indiana 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016413RGS25
- Archive Date
- 12/18/2012
- Point of Contact
- Phillip Knight
- Small Business Set-Aside
- N/A
- Description
- Market Survey - SOURCES SOUGHT SYNOPSIS - This synopsis is being posted to the Federal Business Opportunities (FBO) website located at https://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. Description: Naval Surface Warfare Center Crane Division (NSWCCD) in Indiana is currently seeking sources for hazardous paint removal, surface preparation, and repainting of two Launch Test Vehicles (LTV). Each disassembled LTV main body is a 108,000 lb x 7 ™ diameter x 33 ™ long steel tube with confined space entry points. Additional removed components, ranging in weight from a few pounds to as much as 9,500 lbs, bring the total weight of each assembled LTV to 130,000 lbs. A bulk sample of the existing external paint found detectable levels of chromium, chromium VI, copper, iron, lead, manganese, nickel, strontium, and zinc. The internal paint is assumed to be identical. The Government is looking for potential vendors who have experience in developing and executing cost effective, yet workable plans in accordance with all applicable safety and environmental regulations. The potential vendor may recommend using alternate methods of hazardous paint removal other than sandblasting. The potential vendor may recommend transporting the LTVs and performing the work outside or at their own facility. The vendor and/or vendor facility shall have the following capabilities: confined space entry, hazardous paint removal (i.e. chemical peel, sandblasting, etc), disposal of hazardous waste, surface preparation (i.e. grinding, sanding, buffing, cleaning “ including cleaning of tapped holes), surface roughness measurements, paint application, and film thickness measurements. The vendor and/or vendor facility may need the following capabilities: heavy lifting, heavy hauling, and fill welding gouges or knicks. Government Furnished Equipment (GFE) will include a pair of 480V, 12A Koike Aronson Turning Rolls, and two pair of custom made storage cradles. Specifications: Reference drawings of the LTVs are available from the point of contact listed below. Surface preparation methods shall be in accordance with SSPC-SP 10 NACE No. 2, SSPC-AB1, SSPC-AB 2, SSPC-AB3, and SSPC-SP 1. Proposed new primer/paint is Intergard 264 Epoxy and shall be applied in accordance with Intergard 264 technical datasheet. All work shall be conducted in compliance with applicable federal OSHO standards as well as all other applicable federal, state, and local regulations. Planned Acquisition: A contract delivering two LTVs with external and internal surface finish refurbishment by 1/31/2014 is needed. The Government is seeking information on vendors who have past experience in protecting personnel and the environment while removing hazardous paint in confined spaces and in dealing with very heavy items. Submission Information: All responsible, interested sources are requested to submit a capability statement including their capabilities, list of specialized machines and equipment, critical skills and abilities, examples of past experience, evidence of successful Safety Program, and a Quality Management System certificate if applicable. Interested firms that can meet all the requirements set forth above are requested to submit responses with clear and convincing documentation via email or fax to the point of contact listed. Submittal of information is requested via electronic mail only, no later than 15 days from the date of this notice. Contractors submitting proposals to the solicitation must be registered in the System for Award Management database, located at https://www.sam.gov. The specification and drawing are limited distribution (Distribution D) and will not be made available unless approval is granted. Interested contractors must be registered in SAM and the Joint Certification Program (JCP) in order to receive access. Information about the JCP is located at http://www.dlis.dla.mil/jcp. The sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract in connection with this announcement. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All information provided becomes U.S. Navy property and will not be returned. All propriety information will be treated appropriately. Your interest in this response is appreciated. All responses should be submitted to the attention of Phillip Knight, phillip.knight1@navy.mil. All information is to be submitted at no cost or obligation to the Government, as this notice is submitted for planning purposes only. Please include company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). Brochures/literature may be attached to the e-mail submission. This is a Market Survey Notice only and it is not a pre-solicitation notice. If a formal solicitation is generated at a later date, a solicitation notice will be published.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413RGS25/listing.html)
- Document(s)
- Attachment
- File Name: N0016413RGS25_13RGS25_ss.docx (https://www.neco.navy.mil/synopsis_file/N0016413RGS25_13RGS25_ss.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016413RGS25_13RGS25_ss.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016413RGS25_13RGS25_ss.docx (https://www.neco.navy.mil/synopsis_file/N0016413RGS25_13RGS25_ss.docx)
- Record
- SN02915886-W 20121020/121018234307-ca640ca5c82c96eb0c512eb0d5b46130 (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 |