SOLICITATION NOTICE
20 -- Non-Skid Resurfacing - Enclosures
- Notice Date
- 10/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-13-T-1216
- Archive Date
- 11/13/2012
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Enclosures referenced solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N32205-13-T-1216, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective 13 September 2012. NAICS code 336611 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Laramie for the following services: The requested period of performance for the below service is 7-21 December 2012. 1.0 ABSTRACT 1.1 This item describes the requirements to completely remove and replace the non-skid coating system on the Flight Deck. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 NAVSEA DRAWING No. 801-6240468, "Booklet of General Drawings" 2.1.2 Shipboard Aviation Facilities Resume, Rev AT (Available on board 2.1.3 NAVSEA Dwg. 631-6580108, T-AO 203 Paint Schedule 2.2 Enclosures 2.2.1 MSC Form 10360/5 2.2.2 MSC Form 10360/8 2.2.3 MSC Form 10360/2 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: 01 Deck Level, Frame 110 to Stern, and Port to Starboard Sides. 3.1.2 Quantities: A. Helicopter Flight Deck with 8,500 Sq. Ft of surface area to be Vacuum abrasive blasted and recoated. Ultra-High Pressure Vacuum Water Jetting is permissible. 3.2 Item Description/Manufacturer's Data: None 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Equipment (GFE): None 4.2 Government Furnished Material (GFM) 4.2.1 Flight Deck Coating Products: PRODUCT QUANTITY 4.2.1.1 Amercoat 137 Epoxy Buff Primer 60 Gal. 4.2.1.2 Amercoat 137 Epoxy Dark Gray (Stripe) 10 Gal 4.2.1.3 Amercoat 137 Epoxy Dark Gray 60 Gal. 4.2.1.4 Amercoat 138G Non-Skid 370 Gal. 4.2.1.5 Amercoat 229T White Color Topping 15 Gal. 4.2.1.6 Amercoat T-10 Thinner 15 Gal. NOTE: Thinner is supplied for spray reduction only and not for equipment cleanup. 4.3 Government Furnished Services (GFS): 4.3.1 The Government will provide a MSC approved paint representative on site to provide technical assistance. 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR's. 5.2 The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. 5.3 Location: Norfolk Naval Base 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Documentation and Sketches 7.1.1 MSCPAC Form 10360/5 shall be used by shipyard/ contractor to accept GFM paint at beginning of work, and to return unused paint to the supplier upon completion of Flight Deck preservation. The Paint Material Return Authorization section of Form will be legibly signed and dated by the Port Engineer and a responsible Contractor Representative. 7.1.2 Fill out MSCPAC Forms 10360/2 and 10360/8 on a daily basis for the following: a. Surface preparation. b. Weather ambient conditions prior to each paint application. c. Paint application. 7.1.3 Prepare and submit a sketch, depicting DFT readings taken for each coat at a rate of two (2) readings per 100 square feet of painted surfaces. 7.1.4 Notify the Port Engineer of intent to apply paint twenty-four (24) hours in advance. 7.1.5 Prepare a sketch of the existing original flight deck markings to facilitate repainting same upon completion of work item. 7.2 Arrangements and Outfitting 7.2.1 Temporarily plug, seal, and cover all vents, pipes, ducts, and openings to ships interior and systems located aft of frame 109 to prevent contamination from entering while conducting Vacuum blasting, cleaning, and coating operations. Cap all flight deck sprinkler heads. Upon completion of blasting and coating operations remove all temporary coverings. 7.2.2 Remove all light guards to facilitate paint application. Re-install light guards after flight deck coating is complete and approved by the Port Engineer. 7.2.3 Provide, erect, and maintain temporary ENCAPSULATION to protect all areas of the Flight Deck from adverse weather conditions. Provide and maintain temperature/humidity controlled ventilation to obtain the required environmental conditions (humidity and temperature) for paint application and cure in the encapsulated area. 7.2.4 Ensure paint is stored and applied within manufacturer's recommended temperature range. 7.2.5 Take and record air temperature, steel surface temperature, and dew point temperature immediately before applying any paint. Submit with information outlined in Par. 7.1.2. 7.2.6 The air and metal surface temperatures shall register within the permitted range for application published by the paint manufacturer. 7.2.7 Ensure ambient air and metal temperatures are at least 5 degrees above dew point temperature, and relative humidity is no greater than 85% during all coating application. 7.2.8 Ensure application, thinning, and re-coat times comply with manufacturers specifications and recommendations. 7.3 Surface Preparation 7.3.1 Vacuum-blast all Flight Deck surfaces to be coated to an SSPC-SP10 standard (i.e. Near White). Use only portable centrifugal blasting equipment and no open nozzles. Ensure that the surface profile of the vacuum blasted decking is 2 to 3 mils. 7.3.2 Power tool clean to SSPC-SP11 all flame spray (e.g. deck tie downs) areas and areas inaccessible to abrasive blasting such as light guards and foundations and ladder clips. 7.4 Coating Application 7.4.1 Ensure all surfaces to be painted are free of dust, oil, grease, salt deposits, moisture, rust bloom, and any other foreign materials. 7.4.2 Spray apply the following primer to all blasted and power tool cleaned Flight deck surfaces: PRODUCT THICKNESS a. One full coat Amercoat 137 Buff Primer 5-6 mils DFT b. One stripe coat Amercoat 137 Dark Gray Primer to all weldments 5-6 mils DFT c. One full coat Amercoat 137 Dark Gray Primer 5-6 mils DFT 7.4.3 Primed surfaces shall be cleaned with Amercoat T-10 thinner using clean, wet rags and blown dry and clean immediately prior to non-skid application. 7.4.4 Apply the following non-skid coating using roller application to all deck surfaces except as follows: a. A two (2) inch tape-strip adjacent to all bulkheads, gunwales, fishplates, curbs, ship's equipment, tie-downs, sprinklers, soft plate perimeters, and light guards. MSC Port Engineer to approve taped off perimeter. b. One coat Amercoat 138G Non-Skid (Roller) @ *30 - 35 Sq Ft/Gal. * Area Volume Control Method will be used to control application rate of the non-skid coating. Applicator will submit a daily report, which will include sketch of each area non-skid coated, dimensions of areas, square feet of surface in areas, and gallons of non-skid coating applied in each area. c. Non-Skid application shall commence no later than three days after installation of the second primer coat. NOTE: Before the start of production application of any non-skid coating, a test patch will be applied. This test patch will be agreeable to the Port Engineer and the Ameron paint representative and will stand as a "texture and profile" standard for the entire job. 7.4.5 Replace the original Flight Deck markings using Ref. 2.1.2 and the sketch made in accordance with Paragraph 7.1.5. Apply the markings utilizing two coats Amercoat 229T White. Each coat shall be 2-4 mils DFT. 7.4.6 Apply one topcoat of Amercoat 240 Dark Gray to the 4-inch strip and all areas exempted from non-skid coating in Paragraph 7.4.4. The topcoat shall be 4-6 mils DFT. 7.5 Preparation of Drawings/Documentation: 7.5.1 Submit ‘as painted' coating report to Port Engineer Rep. within three (3) days of completion. The Report shall include number of square feet blasted, cleaned, and primed; square feet non-skid coating; lineal feet color striping; and name, batch number, and number of gallons of each product applied. 7.6 Inspection/Test: None additional 7.7 Marking: None additional 7.8 Manufacturer's Representative 7.8.1 The Government shall provide the services of an Ameron Coatings Technical Representative. 8.0 GENERAL REQUIREMENTS: None additional Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 29 October 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. CONTRACTOR SELF CERTIFICATION To be determined responsible, a prospective contractor for this requirement must verify that your representative company does or does not have the following 1-7: 1. ___Does or____Does not have adequate financial resources to perform the contract, or the ability to obtain them; 2. ___Does or____Does not the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. ___Does or____Does not have a satisfactory performance record; 4. ___Does or____Does not have a satisfactory record of integrity and business ethics; 5 ___Does or____ Does not have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. ___Does or____ Does not have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7.___ Could be or ___Could not be otherwise qualified and eligible to receive an award under applicable laws and regulations. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N32205-13-T-1216/listing.html)
- Record
- SN02917885-W 20121025/121023233929-0b2585be9d916c7e8532e2329c719082 (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 |