Synopsis Solicitation Fuel Tank Inspection, Repair for the USCGC Margaret Norvell

expired opportunity(Expired)
From: Federal Government(Federal)
52050PR230000021

Basic Details

started - 11 Jan, 2023 (15 months ago)

Start Date

11 Jan, 2023 (15 months ago)
due - 27 Jan, 2023 (15 months ago)

Due Date

27 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
52050PR230000021

Identifier

52050PR230000021
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This combined synopsis/solicitation for construction services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 52050PR230000021 Applicable North American Industry Classification Standard (NAICS) codes are: 562998 562998 All other miscellaneous waste management services, Size standard in Millions ($7.0) This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value. When
submitting your proposals, request a price breakdown of the following: a. Cost of materials and equipment b. Cost of labor Contract will be awarded to the vendor who can provide Best value which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award. Anticipated award date: 5 business days after close of solicitation, OOA 03 Feb 2023 Quotes are to be received no later than close of business (3 p.m.) on Friday 27 Jan 2023 and are to be sent via e-mail to Mehdi.Bouayad@uscg.mil Quotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad 909 SE 1st Ave, Room 512 Miami, FL 33131. Telephone requests of quotes, will NOT be accepted, a formal notice of changes (if applicable) will be issued in SAM.GOV (SAM.gov | Home). Wage determinations: FL2015-4543 REV 23 dated 12/27/2022 . SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to clean the sewage and grey water system (e.g. tanks, piping, etc.). TABLE 1 USE OF COAST GUARD SEWAGE AND GREY WATER DISPOSAL FACILITIES (PARA 3.3.5.2) YES 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N **Sewage Tank Zinc Anode NIIN: 014474686 2 142.19 *Government-loaned property, which must be returned to the vessel upon completion of the availability. **New or refurbished equipment that the Government may provide for installation in place of existing equipment. ***Government-furnished property, which is to be supplied by either the vessel or the C4IT Service Center. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 154 WPC 127-302, Rev C, Potable Water & Sewage Tank Fabrication Details Coast Guard Drawing 154 WPC 506-201, Rev A, Fills Vents, Sounds, and Overflows Coast Guard Drawing 154 WPC 506-301, Rev -, Fills, Vents, Sounds, Overflows Diagram Coast Guard Drawing 154 WPC 528-301, Rev B, Grey Water System Diagram Coast Guard Drawing 154 WPC 593-201, Rev F, Sewage System Arrangement Coast Guard Drawing 154 WPC 593-301, Rev C, Sewage System Diagram Coast Guard Drawing 154 WPC 593-303, Rev A, Sewage Control System Coast Guard Drawing 154 WPC 601-302, Rev D, General Arrangement Coast Guard Drawing 154 WPC 633-301, Rev C, Cathodic Protection System COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 43 (REV-0) Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures OTHER REFERENCES ASTM International (ASTM) D1330, 2010, Standard Specification for Rubber Sheet Gaskets 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor must submit a CIR for the inspections listed in the following paragraph(s): ? 3.2.1 Inspection of Grey Water Tank. 3.1.2 Tech Rep. None. 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.1.5 Temporary Sanitary and Sewage Facilities. Whenever sewage or grey water collection service is disrupted due to Contractor repairs, the Contractor must provide temporary facilities in accordance with SFLC Standard Spec 0000 par 3.2.11. 3.1.6 Temporary HVAC. If the Contractor’s proposed cleaning plan will degrade continuous operation of the ship’s HVAC system then the Contractor must provide temporary ventilation to all impacted areas equivalent to the normal zonal ventilation rating for those spaces (i.e. maintain existing climate control) for the duration of work as described in SFLC Std Spec 0000. 3.1.7 Refer to all references beneath section 2 above, as applicable. NOTE Be aware that the grey water system has few isolation valves and many openings that must be plugged or blanked to contain cleaning media. Be aware that AC condensate drains into the Grey Water Tank at 8 separate locations. Any temporary disruption or degradation of climate control must be fully addressed by the cleaning plan. For these reasons, based on lessons learned, it is suggested that chemical cleaning be used on sewage piping and grey water system piping be cleaned mechanically (e.g. waterjetting, etc.) 3.1.8 Cleaning Plan. No later than 7 days after the arrival conference, and prior to the start of cleaning work, the Contractor must submit a cleaning plan CFR that contains the following: USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 44 (REV-0) ? A list of qualified personnel who will disassemble machinery or handle chemicals. ? An SDS for every chemical proposed for use. ? A step by step description of the procedures and methods that will be used to clean the systems ? A list of locations in the sewage and grey water piping system where piping lines will be opened and components will be removed. At a minimum the piping must be opened at 3 separate sewage system clean-out locations and 3 separate grey water system clean-out locations for “before and after” inspections to determine the extent of cleaning required and to verify cleaning was adequately performed. These locations must be pre-approve by the COR and included in the cleaning plan CFR. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.2 Operational test and inspection - initial. Prior to commencement of cleaning work, the Contractor must witness Coast Guard personnel perform an operational pre-test of all items and shipboard devices to be disturbed, used, repaired, or altered, (e.g. TLIs, pumps, etc.) to demonstrate existing operational condition and to determine a more precise scope of cleaning required. Submit a CFR detailing any required growth work or repairs identified during the operational test based on the observed condition of the systems. Use the most economical methods for accomplishing the work. 3.2.1 Inspection of Grey Water Tank. Open and inspect the grey water tank to determine the condition of the grey water tank coating system to the greatest extent practicable, pre-cleaning. Submit a CIR detailing the condition of the grey water tank coating system and any noted discrepancies, include an estimated square footage of failed coating in the CIR. 3.3 Cleaning and Inspection Requirements. After the COR approves the “Cleaning Plan” the Contractor must clean the piping and tanks and in accordance with the approved “Cleaning Plan”, and as described below. Clean, in their entirety, all sewage and grey water system interior surfaces (e.g. sewage and grey water ppg interiors, pump interiors, valve interiors, all sewage and grey water tank vent lines interiors, sewage vacuum switch manifold interiors, fire main sprinkler pipe interiors and spray hole interiors in main sewage tank used to flush sewage tank, overboard/to shore connection discharge pump and all related valve and pipe interiors, etc.) that may come in contact with sewage or grey-water, by removing all obstructions, clogs, uric scale, and waste build-up on piping and component interiors, ensuring subsequent free unobstructed flow of waste solids and fluids. NOTE Depending on the condition of the system at the contract start date, chemical cleaning may not adequately remove all obstructions, scale, and build-up present. More intrusive cleaning methods, such as pressure washing, flexible auger cleaning, or other mechanical means of cleaning, may be required to remove all obstructions, scale, etc. These more intrusive methods are in scope of this work item and the Contractor may be required to use one or more them, in the appropriate quantities, to achieve minimum cleaning requirements. USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 45 (REV-0) NOTE Before filling a system with descaler ensure all openings below the fill point are blanked off or plugged. 3.3.1 Chemical Cleaning of Piping. When chemically cleaning piping and component interiors use a commercially available biodegradable sewage/grey-water system descaler (e.g. SEW CLEAN, etc.) safe for use on stainless steel. Fill the systems with descaler and hold for a long enough period to clean the systems as described above. After cleaning is complete drain and dispose of all sewage and grey water system contents. 3.3.2 Tank Cleaning. Interior surfaces of the Grey Water Tank 3-17-0-W, Sewage Holding Tank 2-4-0- W, and sewage vacuum accumulation tank must be cleaned until free of all foreign materials, sediment, and sludge. Remove all persistent residues, residual wash media, and moisture with clean lint-free cloths. Remove, clean, and re-install all tank interior components (e.g. TLIs, limit switches, eductors, etc.). Renew all sewage tank and grey water tank zinc anodes that have lost more than 50% of their material using Government-furnished property, otherwise reuse the existing zinc anodes. Remove and dispose of all sewage system contents and collect, contain, and dispose of all wash media and cleaning materials in accordance with all applicable Federal, state, and local regulations. Remove all unused chemicals from USCG property immediately upon completion of work item. 3.3.4 Inspections. After cleaning, inspect the piping interior at the locations specified in the “Cleaning Plan” using a borescope in the presence of the COR, verify that all solid deposits, visible to the unmagnified eye, have been removed. Visually inspect all system components (e.g. TLIs, limit switches, pressure switches, tank interior surfaces, fasteners, gasket seating surfaces, manhole cover surfaces, etc.) for excessive wear, damage, and all other notable discrepancies. Open and vacuum-clean the control panel assembly and inspect for any indications of overheating or loose wiring or connections. Submit a CFR. 3.3.5 Miscellaneous. Do not drain any fluids (e.g. sewage, grey water, fresh water, etc.) into any space, bilge, or exterior location. Take all precautions required to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. Renew all disturbed soft components (e.g. seals, gaskets, o-rings, etc.). Do not use the sewage pump installed in the system to offload sewage system contents. 3.3.5.1 Plug log. Plug all unattended openings in the system. Plugs must be fitted with a lanyard, ring or other device to prevent loss of the plug inside the system. Create and maintain a written log of each plug that specifies the location of each. Remove and dispose of all plugs upon completion of work. Furnish the plug log to the Coast Guard Inspector during the performance of close-out inspections. 3.3.5.2 Use of Coast Guard Sewage and Grey Water Disposal Facilities. If “YES” is denoted in Table 1 - (Use of Coast Guard Sewage and Grey Water Disposal Facilities), beneath paragraph 1.1 (Intent), the Contractor may offload and dispose sewage and grey water system contents into the Coast Guard pier facility tanks in lieu of a Contractor furnished tank truck, otherwise the Contractor must dispose of all waste using the Contractor’s disposal facilities. 3.4 Closing tanks. The Contractor must notify the COR at least 24 hours prior to closing the tank. After completion of all authorized repairs and after the COR inspects all work performed, close the tanks. USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 46 (REV-0) NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.5 Operational test - post repairs. After completion of work, the Contractor must thoroughly test all disturbed components and systems and accomplish the following tasks in conjunction with each other as appropriate, in the presence of the Coast Guard Inspector, and submit a CFR: 3.5.1 Adjust the set point on each of the vacuum pressure switches (as applicable) to the set points noted previously. 3.5.2 Verify operation of the low and high level switches/alarms and that the pumps cycle from lead to lag status during operation. Demonstrate proper operation of tank TLIs to prove satisfactory operating condition. 3.5.3 Leak test. After all system components are reinstalled, the Contractor must test all disturbed piping for leaks, as follows: ? Run water down all disturbed grey water system piping runs for 5 minutes. ? Ensure the system holds vacuum without cycling for at least 20 mins. ? Place both vacuumarator selection switches in the "RUN" position. Allow vacuumarator pump to run until system operating pressure of -0.40 to -0.55 bar is reached. Observe vacuum tank pressure gauge. Place both vacuumarator selection switches in the "OFF" position. (NOTE: A vacuum loss of more than 0.14 bar indicates an air leak exists in the system.) Verify vacuum system pressure remains between -0.40 to -0.55 bar for 20 minutes. Record pressure value and include in the CFR. ? Perform smoke leak test on vacuum portions of the sewage system where the Contractor has disturbed a mechanical joint. ? Closely monitor the systems for leaks. Repair all leaks detected. Repeat test and inspection tasks until no leaks are detected. 3.5.4 Upon completion of testing and, in the presence of the Coast Guard Inspector, pump tanks to the limit of the ship’s installed pumps. Per provided SOW. X: Regulations while onboard Coast Guard Base Miami Beach: 1. Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flag pole & maintain silence and all vehicles & equipment will halt during these brief events. 2. The construction site shall be maintained in a clean condition at all times. This included daily clean-ups of the construction and storage areas (FAR 52.236-12). The site shall be well lit and well barricaded/cordoned off as appropriate. 3. Contractors are welcome to eat breakfast & lunch on Base in the base galley at cost. Breakfast is served from 0600-0730 daily & lunch will be served from 1200-1300 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled clothing. The Coast guard reserves the right to refuse service to anyone it deems dirty. 4. There are two smoking areas on base, one in the central northern parking lot covered by the tiki hut & one in the NW corner of the southern larger parking lot. No smoking is permitted anywhere else on base. 5. Contractors are welcome to utilize the Base’s Exchange store; however, contracted personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it. 6. Traffic Regulations: a) 10 mph speed limit b) No use of cell phones is permitted while driving vehicles or operating heavy machinery c) All personnel shall obey all marked traffic signals including stop signs & stop lights. 7. Absolutely no firearms or weapons of any kind are allowed onboard Base Miami Beach. 8. Only American citizens and permanent resident aliens are allowed onboard Base Miami Beach Facilities. Absolutely no foreign nationals are permitted on the premises. 9. Notice shall be given to the Coast Guard’s representative 1 week in advance of any planned power, water, sewage or lighting outages. 10. The contractor shall provide a consolidated list of all contracted personnel including their driver’s license numbers (or other valid gov’t issued ID number) who will be working on Base Miami Beach Facilities either the day of or prior to the notice to proceed date. 11. Contractors are welcome to utilize the restrooms on the 1st decks of Buildings 3, 4, and 7 providing they are clean and do not track mud, dirt or any other debris into the restrooms. 12. Should warnings of gale force or stronger winds, or other inbound natural disasters be issued, the contractor shall take every practicable precaution to minimize the danger to persons, to the work, and the adjacent property. These precautions shall include closing all openings, removing all loose materials, tools and equipment from exposed locations, and removing or securing scaffolding, securing field trailers, and other appropriate equipment and other temporary work. 13. No personnel other than the contracting officer has the authority to alter the terms of any contract or to issue any change orders. 14. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search at all times. Additionally at all times due to security and operational needs, the contractors is subject to orders to evacuate the property at any time. 15. Due to the compact & dense nature of operations & support functions ongoing on board Base Miami Beach all efforts within reason to minimize the size and footprint of the contractor’s lay down area shall be taken. Contractors shall carpool as much as possible to minimize the number of vehicles needing parking on Base. At a minimum, the ratio of contractors to contractor vehicles shall be no less than 2:1. 16. All piers on base Miami Beach are load restricted in some form. If contractors need to bring heavy equipment (cranes, forklifts, 18 wheelers, man-lifts, construction equipment, backhoes, excavators or other equipment heavier than standard sedans) closer than 40’ to any pier on base to complete their project the contractor shall submit a request for information (RFI) to the Contractor’s representative. Location of Work: U.S. Coast Guard Base Miami Beach USCGC Margaret Norvell 100 MacArthur Causeway Miami Beach, FL 33139 Performance Period: Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays. SITE VISIT: It is highly recommended and encouraged that interested party’s contact Mr. Bryan Goltz for a site visit which will be held on Wednesday Jan 18, 2023 at 10:00AM EST. For scheduling contact Mr. Bryan Goltz via email Bryan.W.Goltz@uscg.mil Or via phone at (305) 535-4337. **All Questions and Answers will not be accepted after 23 Jan 2023 at 10:00AM EST. APPLICABLE FAR CLAUSES FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items). ATTACHED BY REFERENCE 52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS 52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984) 52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995) Work hours: Monday through Friday, 0730 - 1800 (7:30 am - 6 pm) No weekends or Holidays authorized. See attached applicable FAR Clauses by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Request Company’s Tax ID information and UEI number. Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.

Miami Beach, FL, 33139, USALocation

Place Of Performance : Miami Beach, FL, 33139, USA

Country : United StatesState : Florida

You may also like

Crane Inspection and Repair for DGS Fleet Sites

Due: 10 Aug, 2024 (in 3 months)Agency: Baltimore City

CAP24-0291 - Bridge Crane Inspection, Maintenance, and Repairs - Multiple Locations - OMD

Due: 18 May, 2024 (in 21 days)Agency: State of Oklahoma, Division of Capital Assets Management, Construction and Properties

FUEL TANK INSPECTION AND MAINTENANCE SERVICE

Due: 31 Jul, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 562998
Classification CodeCode H320