Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOLICITATION NOTICE

20 -- BARGE CRANE RENTAL AT PHILADELPHIA NAVAL SHIPYARD

Notice Date
10/8/2020 8:50:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
5324 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04021Q60681Y00
 
Response Due
10/14/2020 6:00:00 AM
 
Archive Date
10/29/2020
 
Point of Contact
CHAD YEARWOOD
 
E-Mail Address
CHAD.A.YEARWOOD@USCG.MIL
(CHAD.A.YEARWOOD@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04021Q60681Y00 applies and is used as a Request For Quote (RFQ).� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotes shall be emailed to chad.a.yearwood@uscg.mil no later than the closing date on this RFQ. Vendors shall ensure the subject of the email includes solicitation number 70Z04021Q60681Y00. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following: FLOATING BARGE CRANE STATEMENT OF WORK SCOPE Intent. Provide Large floating barge crane services for removal of (02) MK75 Gun System on Navy FFG-56 (SIMPSON) and Navy FFG-42 (KLAKRING) at Philadelphia Navy Yard. (Address: 4701 Intrepid Ave, Philadelphia PA 19112) � � 2. CONTRACTOR REQUIREMENTS 2.1 General. Large floating barge crane will be required for removal of MK75 gun systems due to mooring location of FFG-56 which is between two other FFGs. Larger crane will provide needed lifting capacity and weight requirements for the MK 75 Gun System and equipment. 2.1.1 �Large Barge Crane Company will be required to conduct multiple crane lifts for the below equipment during the 2 day evolution for removing MK75 Gun weapons systems off of Navy FFG-56 (SIMPSON) and Navy FFG-42 (KLAKRING). 2.1.2 Large Barge Crane Company and CG Yard Baltimore will use Constitution Ave on Philadelphia Navy Yard as staging area for all trucks, equipment, Global Ops forklift services, barge crane operations, etc. 2.1.3 Large Barge Crane Company services will be conducted from FFG-56, FFG-42, and Staging area on Constitution Ave. Equipment to be lifted with crane: MK75 shipping fixture (2) � 16,400 lbs each MK75 lifting rig (1) � 2,500 lbs MK75 cover plate (2) � 500 lbs each MK75 gun system (2) � 15,876 lbs each MK75 shipping fixture, lifting rig, gun system (2) � 34,776 lbs each Various equipment for MK75 Gun system removal (barrel cooling panels, revolving magazine hardware, gun control panel, tools, job box, etc.). The contractor must provide all necessary labor, equipment, materials, disposals and supervision to safely construct the elevated work platform listed in this statement of work. The Contractor must provide an action work plan, schedule, and construction methods with proposal. The Contractor shall comply with all Philadelphia Naval Shipyard and Occupational Safety and Health Administration (OSHA) requirements.� Any deviations must be reported to the Global Services staff immediately.� 2.2 Schedule Period: Crane operations for the MK75 gun system removals will be conducted on 20 and 21 Oct 2020 between the hours of 8:00 am and 3:30 pm. If the completion date needs to be extended, a written explanation will be provided by the contractor 30 days prior to the completion date. � 2.3 Hours of Operation:� The normal working hours are from 8:00 A.M. to 3:30 P.M., Monday thru Friday, except Federal holidays or when the Government facility is closed, due to local or national emergencies, inclement weather, administrative closings or similar Government directed facility closings. � 2.3.1 The contractor may be required to work outside of the normal working hours.� Advance notice will be given, as much as practical. Extra costs will be incurred for crew personnel and tug boat fees. �� � 2.4 Security Requirements: The Philadelphia Navy Yard is a controlled access area. All contractors and subcontractors performing work on this contract shall be escorted by a Global Ops Services Representative at all times. All Contractor employees are required to identify themselves with company identification on their hard hats and/or uniforms. Any Contractor employee, not following Philadelphia Navy Yard rules and regulations, will be removed from performance on this contract and may be barred from reentering the Philadelphia Navy Yard. Contractor employees shall not enter restricted areas in accordance with Philadelphia Navy Yard security regulations or policies. Before Contractor employees can work at the Philadelphia Navy Yard Facility, the Contractor shall complete all required paperwork, security clearances, appropriate access, and COVID screening/questionnaire through Global Ops Services. Any Contractor employee with a criminal back ground must get prior authorization before they can gain access to Philadelphia Navy Yard Facility. 2.4.1 All personnel shall receive visitor�s passes and clearance from Global Ops Services located at Bldg 545. List of personnel needing access shall be provided to the Global Ops Services at least (24) hours prior to requiring access. Personnel will be required to provide full name, picture I.D. (valid driver�s license preferred), and date of birth. For non US citizen�s, a passport will be required. The following forms of IDS are authorized: -���� CAC����������������������������� -��� Foreign Passport containing appropriate visas TWIC��������������������������� -��� Green Cards Passport������������������������� -��� Drivers License��� MOST state IDs � 2.5 Emergency Responses: Global Ops Services will provide security escort to all contractors while working in the Philadelphia Navy Yard. 24 hour first aid, spill response and fire protection is available.� Injuries must be reported immediately and followed up with a written report to Global Ops Services. 2.6. Key Personnel:� A list of key personnel that will be involved in each evolution will be required from Global Ops Services for accountability, access, and security purposes. � 3. �GOVERNMENT FURNISHED ITEMS AND SERVICES:� 3.1. Utilities: The Philadelphia Navy Yard Facility will provide access, security, forklift services, compressed air, and electricity for the Contractor. The Contractor shall instruct employees in utilities conservation practices.� The Contractor shall be responsible for operating in such a manner that precludes the waste of utilities. 3.3 Contractor owned vehicles or Government Vehicles will only be allowed on the Philadelphia Navy Yard facility to facilitate the flow of materials, supplies, or services to and from the job site.� Routine operation or parking of privately owned and/or operated motor vehicles is not authorized within the Philadelphia Navy Yard without exception. � 4.� CONTRACTOR FURNISHED ITEMS, SERVICES AND RESPONSIBILITIES:� 4.1 Equipment:� The Contractor shall, throughout the performance of this contract, furnish all materials, equipment, and supplies necessary for contract performance, and not identified as government provided material.� The Contractor shall provide all standard Personal Protection Equipment (PPE) in accordance with Occupational Safety and Health Administration (OSHA) standard including but not limited to hard hat, appropriate eye protection, steel-toed shoes, ear plugs. � 4.1.1 In the event the Contractor creates an unsafe work environment and will cause yard work operations to cease, the Contractor will be held responsible and damages shall be assessed for the length of the work delay. � � 5. BILLING: Contractor will provide an invoice to CG Yard Baltimore after work is completed. Contractor will accept payment by Government funding and NET 30 payment terms. No advanced payments will be authorized. � 6. SCHEDULE: 19-22 October 2020 Day 1 � CG Yard Techs travel to Philadelphia Naval Shipyard (PNS) and begin preps for removal on 1st�MK75 mount (FFG-56 SIMPSON). CG Yard Riggers will transport all removal equipment from CG Yard to PNS and stage equipment on Constitution Ave. Forklift Services provided from Global. Day 2 � CG Yard Technicians Team 1 remove MK75 mount from FFG-56 using Large Barge Crane Company, CG Yard Riggers transport MK75 mount to CG Yard, transport MK75 Shipping Fixture to PNS, CG Yard Technicians Team 2 prep 2nd mount (FFG-42 KLAKRING). Forklift Services provided from Global Day 3 � CG Yard Technicians Team 1 remove MK75 Mount from FFG-42 using Large Barge Crane Company, CG Yard Riggers transport MK75 mount to CG Yard, Forklift Services provided from Global Day 4 � CG Yard Riggers transport remaining removal equipment from Philadelphia PNS to CG Yard. Forklift services from Global. Travel Day back to CG Yard. � 7. POCs: Coast Guard Yard Project Coordinator: CWO Berlin Gabretti 410-636-3809 Coast Guard Yard Ordnance Shop Forman: Mr. John Driscoll 410-636-3883 Coast Guard Yard Ordnance Shop Planner: Mr. Jeffery Welling 410-636-3792 Coast Guard Yard Rigging Shop Forman: Mr. Jason Cockerille 410-636-3679 Global Ops � Mr. Joe McKee 215-897-6774 Inactive Ships � Mr. Chuck Rothwell 215-897-6771 NAVFAC Crane Inspector � Cherome 267-250-6887
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/81fcb0f38f96410fba42a008a90c262d/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN05823190-F 20201010/201008230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.