SOLICITATION NOTICE
J -- USS STERETT CIS Pumps and Motors
- Notice Date
- 5/17/2023 3:05:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523623Q0143
- Response Due
- 5/26/2023 10:00:00 AM
- Archive Date
- 06/10/2023
- Point of Contact
- Aric Timm, Phone: 6195569389, Ricardo Barraza-Cobos, Phone: 6197265445
- E-Mail Address
-
aric.t.timm.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.mil
(aric.t.timm.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.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, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N5523623Q0143 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 336611 - Ship Building and Repairing. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2021-02 (Effective 23 November 2020) and DFARS Publication Notice 20201130. COMMERCIAL INDUSTRIAL SERVICES NR-1 LUBE OIL PURIFIER MOTOR OVERHAUL SERVICES ONBOARD THE USS STERETT (DDG-104) SECTION C:� DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK:� COMMERCIAL INDUSTRIAL SERVICES:� NR-1 LUBE OIL PURIFIER MOTOR OVERHAUL SERVICES ONBOARD THE USS STERETT (DDG-104) PURPOSE: The primary purpose of the Commercial Industrial Services (CIS) Pumps and Motors contract is to provide labor, rigging services, crane, transportation, equipment, and materials for the removal, overhaul, reassembly, shop test, alignment, adjustments and shop operational test of the NR-1 LUBE OIL PURIFIER MOTOR onboard the USS STERETT (DDG-104). C.1�� REFERENCES: C.1.1 The requirements of the following references and attachments shall be utilized in the execution of this contract unless otherwise stated herein.� Whenever specifications, Naval Sea Systems Command (NAVSEA) Standard Items (NSI), standards, drawings, publications or other documents undergo subsequent revisions, the contractor shall use the latest revised version during contract execution.� If future revisions result in a change to the contractor�s price, the Contractor shall promptly notify the contract administration office of the revision details and the expected impact.� The Administrative Contracting Officer (ACO) will then negotiate and incorporate the necessary changes via bilateral modification to the contract.� When future revisions result in no change to the contractor�s price, the Contractor shall utilize the latest version as soon as the change becomes known without a need for a contract modification. (a) NAVSEA Standard Items Category I NAVSEA STANDARD ITEMS (NSI) may be viewed on the internet at http://www.navsea.navy.mil/CNRMC/SERMC/SSRAC1/standard.aspx and shall be invoked on these contracts. The following Category II NAVSEA STANDARD ITEMS (NSI) may be viewed on the internet at http://www.navsea.navy.mil/CNRMC/SERMC/SSRAC1/standard.aspx and shall be invoked on this contract as required: 009-11������� Insulation and Lagging Requirements; accomplish 009-12������� Welding, Fabrication, and Inspection Requirements; accomplish 009-15�� ������ Rotating Machinery; balance���� 009-17������ Rotating Electrical Equipment, repair 009-32������ Cleaning and Painting Requirements; accomplish 009-33��� ���Rotating Electrical Equipment, rewind 009-58������� Pump and Driver Shaft Alignment; accomplish��� 009-113����� Rotating Electrical Equipment with a Sealed Insulation System (SIS); rewind�� ������������������������������������������������������������������������������������� ������ ��������������������� b) Occupational Safety and Health Act (OSHA) 29 Code of Federal Regulations (CFR) 1910 (c) Occupational Safety and Health Act (OSHA) 29 Code of Federal Regulations (CFR) 1915 (d) NAVSEA Standard Work Template 077-001, Hazardous Waste Produced on Naval Vessels; control (e) Commander Navy Region Southwest (CNRSW) Water Quality Program (Revised July 2012) Storm Water Best Management Practices Policies and Procedures Manual Requirements for Working on Navy Piers, Wharves and Quay Wall Areas (f) OPNAVINST 5100.23G Navy Safety and Occupational Health (SOH) Programs Manual (g) Current SWRMC Approved Adhesive, Paint and Solvent Lists (h) 40CFR63, Subpart II National Emission Standards for Shipbuilding and Ship Overhaul. (i) Commander Navy Region Southwest Storm Water Best Management Practices Manual (j) Commander Fleet Forces Command Instruction (COMFLTFORCOMINST) 4790.3 Work Authorization Form (WAF) (k) SWRMC Local Standard Item 099-77SW, Single Barrier to the Sea and Cofferdam Installation; accomplish (m) Naval Facilities (NAVFAC) P-307, Management of Weight Handling Equipment (n) Base Support Vehicles & Equipment (BSV&E) Standard Operating Procedure (SOP) #06-2, Naval Base Coronado Crane Oversight (p) BSV&E Standard Operating Procedure #06-3, Naval Base San Diego Crane Oversight Plan (q) BSV&E Standard Operating Procedure #06-4, Naval Base Point Loma Crane Oversight Plan (r) MIL-STD-777F; Schedule of Piping, Valves, Fittings, and Associated Piping Components for Naval Surface Ships (s) S9086-T8-STM-010; Naval Ship�s Technical Manual Chapter 593; Pollution Control (t) 0900-LP-060-2020; Electrical Machinery Overhaul, (u) S9086-CJ-STM-010; Naval Ship�s Technical Manual Chapter 075; Fasteners (v)� S6260-BJ-GTP-010; Electrical Machinery Overhaul, Electric Motor (w) S9541-AN-MMA-010, Technical Manual, Lube Oil Purifier Assembly. (x) Vendor Drawing: 801624-538, Reliance Motor C.1.2 If the Contractor does not have copies of the referenced documents, technical manuals, military standards, procedures, and regulations etc., the Shipbuilding Specialist (SBS) must be notified so that copies can be disseminated. C.2� GENERAL REQUIREMENTS: C.2.1 The quality of all services rendered shall conform to the highest standard in the relevant profession, trade or field of endeavor. Without additional expense to the Government, the Contractor shall be responsible for obtaining any necessary insurance, licenses and permits, and for complying with all applicable laws, codes and regulations, in connection with the performance of the work.� The Contractor is responsible for ensuring that proper safety and health precautions are taken to protect the workers and the property of others. C.2.2 All work being performed in this contract shall be accomplished IAW references C.1.1.(a) through C.1.1.(x) as invoked. C.2.3 The Contractor shall provide all management, administrative services, materials, tools, equipment, labor, crane services, rigging services, scaffolding, machining, balancing, utilities (i.e. air, water and electricity, etc.) and required services and support to accomplish the work specified in this contract. C.2.4 The Contractor may utilize government utilities available at the pier.� It is the Contractor�s responsibility to arrange for, coordinate with, meet the requirements of, and pay Naval Facilities �Southwest (NAVFAC-SW) for use of government utilities. In the event government utilities are not available, the contractor shall provide required services and support to accomplish the work specified in this contract. C.2.5 The Contractor shall provide all cranes necessary to accomplish the work under this contract, including floating cranes when required and cranes with a boom capacity great enough to reach ships berthed second ship out IAW reference C.1.1.(a) and C.1.1.(m) through C.1.1.(q). C.2.6 The Contractor shall comply with the Occupational Safety and Health Standard for Shipyard Employment (CFR, Title 29, Part 1915) promulgated under Public Law A85-742, Amended Section 41 of the Longshoremen�s and Harbor Workers Compensation Act (33 U.S.C.942) and adopted by the Department of Labor as Occupational Safety and Regulations, for all work being performed under this contract on the navigable waters of the United States including any dry-dock or marine railway.� Nothing contained in this contract or any contract there under shall be construed as relieving the Contractor from any obligation, which it may have for compliance with the aforesaid regulations IAW reference C.1.1.(b). C.2.7 The Contractor shall immediately notify the ACO and SBS verbally and in writing or electronic means of difficulties that may jeopardize the completion of specified work. C.2.8 The Government will not be responsible for work delays or stoppages caused by the Contractor�s failure to comply with registration and access requirements. Similarly, the Government shall monitor and take appropriate action against Contractors who repeatedly or egregiously violate access control requirements. C.2.9 Work may be required outside normal working hours.� Normal working hours are defined as between 6:00 AM and 6:00 PM, Sunday through Saturday. C.2.10 The Contractor shall notify the Ship�s Authorized Representative (SAR) prior to start of work noting equipment and systems that require isolation so that �Tag Outs� can be accomplished as required. The Contractor shall ensure complete tag-out of the Primary System and Subsystems are accomplished prior to the execution of the disconnection, onsite manning and removal process of the NR-1 LUBE OIL PURIFIER Motor. C.2.11 The Contractor shall follow procedures for system tag-out IAW references C1.1.(a), including 009-24 and C.2.10. C.2.12 The contractor is responsible for coordinating with Ship�s Force on the installation and removal of cofferdams as required in accordance with Shipboard Operating Procedures (SOP), C.1.1(a) and C.1.1(k).� C.2.13 The Contractor shall notify the SAR immediately when all work required by the contract is completed and the system is ready for activation and removal of tags. C.2.14 Nothing in this contract shall relieve the Contractor from complying with applicable federal, state and local laws, codes, ordinances and regulations, including, but not limited to obtaining of licenses and permits, in connection with the use of hazardous material and the generation of hazardous waste in the performance of this contract. C.2.15 The Contractor shall submit a Test and Inspection Plan (TIP) and Production Schedule specific to the contract.� The TIP and Production Schedule shall be submitted to the SBS and Quality Assurance Specialist (QAS) no later than 1 day prior to the start of productive work under this contract. C.2.16 The applicable line items in this contract shall include the cost of all parts and materials for the Overhaul of the NR-1 LUBE OIL PURIFIER MOTOR and any required scaffolding, crane services and rigging services, lifting, handling, transporting, on-loading, off-loading, removal, crating, and shipping, gas-free certifications, installation, shop testing, and shipboard testing of the NR-1 LUBE OIL PURIFIER MOTOR as specified in this contract. C.2.17 The Contractor shall be responsible for the removal of all interferences necessary to accomplish the work specified on this contract and 009-23. The Contractor shall reinstall all previously removed interferences/equipment upon completion of the work specified in this contract. C.2.18 The Contractor shall coordinate with the SAR for the removal of and the re-installation of portable deck plates and gratings by ships force. C.2.19 To ensure no delay, the Contractor shall coordinate schedules of work-affected areas with ships force daily. C.2.20 The Contractor shall ensure required engineering controls to prevent environmental pollutant discharges from work areas and safety boundaries are in place prior to the start of the pump/motor removal and installation process. C.2.21 The Contractor shall be responsible for the removal and disposal of fuel, bilge water, deck water, oily water, fuel sludge, and debris created by the performance of work hereunder, from the ship and from the Naval Facility IAW all appropriate regulations and references C.1.1.(a) through C.1.1.(s). C.3� SCOPE OF WORK: Within 24 hours of the issuance of the Purchase Order, the Contractor shall submit one legible copy, in hard copy or approved transferrable media, a comprehensive Condition Found Report (CFR) to the SBS identifying discrepancies associated with the equipment/areas specified in this contract.� The Contractor shall be responsible for discrepancies or damages not noted in the initial CFR. C.3.2 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of subsequent CFR�s identifying discrepancies or damages associated with the description of work to the SBS within 4 hours of conditions found. C.3.3 Prior to the start of work under this contract the Contractor shall ensure that the required Work Authorization Form (WAF) is properly filled out and authorized IAW the ships WAF Program and reference C.1.1.(d).� The authorized WAF shall be posted at the primary and secondary entrances to the location of work.� In the event the ship does not have an established WAF program, the Contractor will provide the necessary documents. C.3.4 The Contractor shall be responsible for cleanup of any spills and/or mitigation of hazards associated with the work being performed hereunder, from the ship and from the Naval Facility IAW all applicable regulations and references C.1.1.(a) through C.1.1.(i) and C.1.1.(s). C.3.5 The Contractor will be responsible for the cleanliness of the work area.� All waste created by the Contractor as a result of the NR-1 LUBE OIL PURIFIER MOTOR overhaul specified herein, shall be removed from the ship at the end of each shift. C.4�� INSPECTION PROCEDURES: C.4.1� (I) Inspections require verification and documentation by a separate individual, other than the person who has accomplished the work, who is qualified as an inspector and currently certified where required by the technical documents (e.g., NAVSEA Basic Paint Inspector {NBPI}, National Association of Corrosion Engineers {NACE}, non-destructive testing, electrical cableway inspections, etc.). C.4.2 (V) Inspections require verification and documentation by the qualified tradesperson, trade supervisor, or inspector. C.4.3 (Q) Inspections require verification and documentation by a qualified Technical Representative IAW reference C.1.1. (a) 009-90 and associated PCP requirements.������������������������������������� C.4.4 (G) A symbol inserted in a work item to establish a point in the sequence of accomplishment of work at which time the SBS shall be notified by the prime contractor in all cases to permit observation of a specific test or inspection (I) (V) (Q) by the government. C.4.5 For (G) checkpoints scheduled during normal working hours, the Contractor shall notify the SBS of checkpoints via electronic method.� Notification shall be at least four hours, but not more than one working day, prior to commencing the specific requirements in the paragraph annotated with the symbol (G).� Notify the SBS not later than four hours before the end of the last preceding day shift when tests or inspections following a (G) checkpoint is scheduled after normal day shift working hours, on a weekend, or on a federal holiday.� Notify the SBS at least 48 hours, but not more than 72 hours, prior to commencing (G) checkpoints Contractor's/Subcontractor�s plants located in excess of 50 miles by the most direct roadway nearest to the place of performance of the contract.� Document the date, time, and identification of the SBS notified. C.4.6 For (G) checkpoints scheduled during normal working hours, the Contractor shall notify the SBS for cancellation of the scheduled test or inspection as soon as known, but no later than one hour prior to the scheduled check point. C.4.7 For (G) checkpoints scheduled after normal working hours, on a weekend, or a federal holiday, the Contractor shall notify the SBS to cancel a scheduled test or inspection as soon as known, but no later than two hours prior to the scheduled check point. C.4.8 The Contractor shall comply with applicable federal, state, and local laws, codes, ordinances, and regulations in their entirety.� Any reference to a specific portion of a federal, state, or local law, code, ordinance, or regulation in this or any other item shall not be construed to mean that relief is provided from any other sections of the law, code, ordinance, or regulation. C.5�� PUMP AND MOTOR UNIT ASSEMBLY REMOVAL, OVERHAUL & REWIND, AND DELIVERY PROCEDURE: C.5.1 The contractor shall accomplish all work hereunder to comply with the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR listed IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).� The overhaul of the NR-1 LUBE OIL PURIFIER MOTOR shall to include replacement of the shaft sleeves, shaft build-up, bearings, lubrication fittings, o-rings, gaskets, slingers, mechanical seal, case and wearing rings. C.5.1.1 Accomplish the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR in accordance with NAVSEA Standard item 009-113 to include the installation of new bearings, removal and installation of GFM coupling, thermistors, seals, o-rings, gaskets, fittings, lock washers, locknuts, flexible connectors, conduit and ground straps in accordance with the requirements of the contract and the statement of work.� Additional work also covers the build-up and machining of the bearing housings or motor shaft when required.� C.5.2 To accomplish the overhaul of the NR-1 LUBE OIL PURIFIER MOTOR, the work shall include required support and services to pick up the NR-1 LUBE OIL PURIFIER MOTOR from the pier, transport, disassemble, inspect, reporting, overhaul, clean, re-assemble, adjust, shop test and reinstall back onto the ship for op-testing IAW references C.1.1.(a) through C.1.1.(x) including 009-113. (V)� �Prior To Removal Inspection� C.5.3 The Contractor shall inspect piping alignment, equipment foundation, flexible hoses, lagging, insulation, painting, flanges, valve conditions, fasteners, wiring, junction box, and areas adjacent to the equipment prior to removal IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).� Allowable leakage, binding, and defects:� NONE. C.5.3.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of C.5.3 to the SBS.� Report shall include any misalignment, missing items, damages, and defects which would preclude the removal and installation of equipment. C.5.4 The Contractor shall disconnect the NR-1 LUBE OIL PURIFIER MOTOR� from the associated piping and remove from the foundation IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).� Mark and retain foundation and piping fasteners. Transport NR-1 LUBE OIL PURIFIER MOTOR to shop for overhaul. (V)(G) �Disassembly: Motor Parts Inspection�� C.5.5 The Contractor shall conduct an inspection of NR-1 LUBE OIL PURIFIER MOTOR parts after disassembly prior to the start of overhaul.� Document and submit to the SBS the inspection results to include evidence of damage, missing, or defective parts and results of measurements taken. C.5.5.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.5 to the SBS. Report shall include a listing of damaged, missing, or defective parts and the results of measurements taken. C.5.5.2 In the event the requirements stated in the SOW has changed, the Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the recommendations of overhaul requirements other than what is stated in C.5.5 to the SBS. The change in scope will require the Contractor to submit a revised estimated cost towards the performance of the new overhaul recommendation. �� C.5.5.3 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.5.2 to the SBS. C.5.6 The Contractor shall accomplish the rewind of the motor IAW references C.1.1.(a) through C.1.1.(x) including 009-113 The overhaul of the motor shall include the replacement new bearings, seals, o-rings, gaskets, fittings, lock washers, locknuts, flexible connectors, flexible conduit, shaft build-up, shaft alignment, ground straps, lock/spring, nuts/bolts, painting of motor and lubrication of fittings IAW C.1.1.(t) through C.1.1.(x) and 009-113.� � C.5.6.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a detailed CFR listing the results of the requirements of C.5.7 to the SBS. C.5.6.2 For parts and materials not covered in the performance of the work IAW C.1.1.(t) through C.1.1.(x) and 009-113, and identified during Motor Parts Inspection disassembly inspection under C.5.5, C.5.5.1 and C.5.5.2, the Contractor shall notify the ACO that section C.17 ORDERING ADDITIONAL WORK of the SOW shall be invoked. C.5.6.3 The Contractor shall submit a COPA (Change Order Price Analysis (COPA) listing a full breakdown of the labor, parts and materials to support the COPA to the ACO and the SBS.�� (V) �Assembly: Motor Parts Inspection� C.5.7 The Contractor shall assemble the overhauled NR-1 LUBE OIL PURIFIER MOTOR and prepare for testing IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x).� Measure and record final installation readings, measurements, and clearances.� C.5.7.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of C.5.8 to the SBS. �(V)(G) �Shop Operational Test� C.5.8 The Contractor shall accomplish a shop operational test of the overhauled NR-1 LUBE OIL PURIFIER MOTOR in accordance with C.1.1 (a) C.1.1 (t) thru C.1.1(x). Allowable binding and defects:� None. C.5.8.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a detailed CFR listing the results of C.5.9 to the SBS. (V)(G) �Piping Alignment Inspection�� C.5.9 The Contractor shall inspect piping alignment at reinstallation IAW reference C.1.1.(a), including 009-58.� Piping shall be supported independently and shall not impose a strain on the equipment.� Allowable leakage, binding and defects:� None. C.5.9.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.9 to the SBS.�� C.5.10 The Contractor shall loosen the motor foundation fasteners to accomplish the alignments and adjustments IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Tighten motor foundation fasteners as required after completion of alignments and adjustments.� C.5.10.1 Procure new dowel pins and install after completion of alignment and adjustment procedures IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). C.5.10.2 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.10, C.5.10.1and C.5.10.2 to the SBS.�� (V)(G) �Shipboard Operational Test� C.5.11 The Contractor shall accomplish a shipboard operational test of the NR-1 LUBE OIL PURIFIER MOTOR at full capacity IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Measure and record shipboard operational test data. Allowable binding and defects:� None C.5.11.1 The Contractor shall submit one legible copy, in hard copy or approved transferrable media, of a CFR listing the results of the requirements of C.5.11 to the SBS.�� C.5.12 The Contractor shall install the NR-1 LUBE OIL PURIFIER MOTOR� onto the existing foundation and to the associated piping using new gaskets and the fasteners retained in C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). C.5.13 The Contractor shall install new insulation, lagging, and reusable covers on disturbed insulation, lagging, and reusable covers IAW 009-11 of C.1.1.(a). C.5.14 The Contractor shall accomplish the requirements of 009-32 of C.1.1.(a) for new and disturbed surfaces. (V)(G) �Final Inspection/Damage Inspection� C.5.14 The Contractor shall inspect the NR-1 LUBE OIL PURIFIER MOTOR� and associated components to include equipment removal, cleanliness, painting and lagging after completion of all work requirement IAW references C.1.1.(a), C.1.1.(r), C.1.1.(t) through C.1.1.(x). Allowable defects:� NONE. C.6� DELAYS AND DISRUPTIONS: C.6.1 The Contractor shall coordinate his work efforts on a daily basis with the SAR to schedule his work to avoid delays and disruptions.� More than one Contractor working in the same area is a normal condition encountered during ship overhaul periods.� Delays caused by these events will be at no cost to the Government. C.6.2 Drills, shifting of berths and piers, inspections, serving of meals, official ceremonies, additional security requirements, operation of equipment and scheduled meetings are to be considered normal evolutions to be encountered when working on board naval installations and vessels rather than unusual occurrences.� Delays caused by these events will be at no cost to the Government. C.6.3 The Contractor shall be responsible for relocation of own equipment in the event of berth shifts, pier shifts, repositioning of the ship and outboard another vessel. C.6.4 The Contractor shall be responsible for coordinating work efforts with other Contractors working in the same or adjacent areas on board naval vessels. C. 7� PROGRESS MEETINGS/REPORTS: C.7.1 The Contractor shall participate in daily or weekly progress meeting(s) as required.� The Contractor shall be prepared to address all facets of the work including but not limited to schedule and/or problems with the ongoing work and the proposed actions to be taken to resolve these problems. C.7.2 The Contractor shall provide a progress report of this contract to the SBS, on Monday or the first business day of each week, no later than 8:00 a.m.� C.8�� DELIVERY OF SERVICE: C. 8.1 The Contractor shall commence work on each contract within 24 hours of the start of the Period of Performance (POP).� The Contractor must also be capable of performing multiple contracts at the same time. C.8.2 The services to be furnished for the removal, replacement, alignment, delivery, installation, and testing of the Motor in the contract shall be completed within the POP stated in the contract, except that when the need of the Government permits, the contract may provide a longer time of delivery. C.8.3����� The Contractor shall take note that the equipment to be removed and replaced under this contract are on U.S. Naval Ships and other Government vessels and may be contaminated with, but not limited to: grease, oil, sewage, varying thickness of paint (cured and uncured), various paint systems such as polyurethane, enamel and / or other substances that may be found aboard ship. C.9� SECURITY REQUIREMENTS: C.9.1 The Contractor shall submit a list providing security information to the SWRMC Security Management Office via e-mail at swrmc.security.var.fct@navy.mil no later than five days after the contract award date.� The data is to include the list of all Contractor personnel supporting the contract effort, social security numbers, addresses, citizenship, and level of clearance.�� The Contractor shall submit a new list whenever there is any change in the security information listing. C.9.2 The Contractor shall issue each employee an identification card containing the employee's picture, which shall be utilized for positive identification. The card shall be worn in a visible location when employee is on Government property.�� For additional identification, the Contractor�s employee shall also display visible representation of the company name or logo. C.10� HAZARDOUS WASTE: C.10.1 All waste generated deemed non-hazardous shall be removed from the pier daily and will not be allowed to accumulate.� Waste generated deemed as hazardous shall be removed from the pier no later than the last day of the assigned performance period. C.10.2 The Contractor shall submit a copy of all reports of chemical analysis or other documents evidencing identification of the hazardous waste to SWRMC Environmental Department Code 106B upon completion of each contract.� C.10.3� The analysis of any waste requiring the services of a testing laboratory (e.g., liquids, used cleaning solvent material) shall be performed by a laboratory certified by the California Department of Public Health (CDPH) to be competent and equipped to conduct the specific type of analysis to be performed. C.10.4� The Contractor shall comply with the requirements of NAVSEA Standard Work Template 077-001 Hazardous Waste Produced on Naval Vessels; control IAW references C.1.1.(a) through C.1.1.(i) and C.1.1.(s). C.10.5� The Contractor shall submit one legible copy, in hard copy or approved transferrable media of the� hazardous waste manifest form signed by the owner or operator of the disposal facility to the supervisor within 48 hours of receipt from owner or operator of disposal facility IAW C.1.1.(a) through C.1.1.(i) and C.1.1.(s). C.11� STANDARDS OF WORKMANSHIP: C.11.1� The quality of all services rendered shall conform to the highest standard in the relevant profession, trade or field of endeavor.� All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade, or field, and holding any licenses required by law. C.11.2� None of the services required by this contract shall be subcontracted to or performed by persons other than the Contractor or the Contractor�s employees without the prior notification of the Contracting Officer. C.12 DELIVERY OF SERVICE: C.12.1 The Contractor shall commence work on this contract within 24 hours of the start of the Period of Performance (POP).� The Contractor shall complete the work requirement specified in this contract within the POP provided which includes weekends and holidays. C.12.1.1 The Contractor must also be capable of performing multiple contracts at the same time. C.12.2 The services to be provided for the overhaul, overhaul, and rewind of the NR-1 LUBE OIL PURIFIER MOTOR shall be completed within the Period of performance stated in the contract, except that when the need of the Government permits, the contract may provide a longer time of delivery. C.13� BILLING/INVOICING: At the time of billing/invoicing, the Contractor shall provide to the SBS, two hard copies of all information, (i.e., Contract, modifications, CFR�s, Production Schedule, TIP, PCP, WAF, check points, motor data sheets, alignment data collection forms, disassembly, assembly, and final installation readings and measurements, inspection reports, no-load shop test results, shop operational test results, shipboard operational test results, hazardous waste reports compiled during the performance of the work for this contract. C.14� GOVERNMENT FURNISHED MATERIAL (GFM):� When Required �C.15� CONTRACTOR FURNISHED EQUIPMENT: C.15.1 The Contractor shall furnish all necessary services, materials, and equipment to perform work required by this contract. C.15.2 The Contractor shall be responsible for maintaining all Contractor Furnished Equipment (CFE). CFE shall be properly calibrated, tested and in state of overhaul that is ready for use, to the extent necessary to avoid impacting the performance requirements of this contract. C.15.3 The Contractor shall ensure all CFE are located neatly out of walk ways and shall not pose a trip hazard. C. 16� NON-NAVY OWNED CRANES: The Contractor shall adhere and follow the requirements of references C.1.(m) through C.1.1.(q). The following is a list of minimum requirements that Contractors shall comply with for all contracts that may result in the use of a crane for the accomplishment of work.� The Contractor shall notify the contracting officer, in advance, of the intent of bringing a non-Navy owned crane onto a Navy shore installation.� All entries shall be through a prearranged entry point IAW references C.1.1.(m) through C.1.1.(q). The Contractor shall comply with the applicable American Society of Mechanical Engineers (ASME) standards (e.g., B30.5 for mobile cranes, B30.22 for articulating boom cranes, B30.3 for constructi...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a06304c7b0e54565817cc71f94daccde/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN06685221-F 20230519/230517230105 (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 |