Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SPECIAL NOTICE

J -- HYDRAULIC CHAIN STOPPERS, INSPECT AND SERVICE

Notice Date
5/22/2020 2:15:41 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520QP45E1700
 
Response Due
5/5/2020 8:00:00 AM
 
Archive Date
05/20/2020
 
Point of Contact
BARBARA FALERO, Phone: 5106375973
 
E-Mail Address
, BARBARA.FALERO@USCG.MIL
(, BARBARA.FALERO@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 FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z085-19-Q-P45E1700 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: COAST GUARD CUTTER MARIA BRAY DESCRIPTION: Hydraulic Chain Stoppers, Inspect And Service 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to inspect and service the Coast Guard Yard Model Rising Sheave Chain Stoppers (RSCS). 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Repair Kit Assembly NSN: 2040-01-496-9418 1 ea. 1,968.67 N Rod Seal Repair Kit (FL-2605-29 PC#37) NSN: 2040-01-496-9422 1 ea. 3,030.07 N Repair Kit, Cable Chain (Includes Pads) (FL-2605-29 PC#36) NSN: 3020-01-538-0684 8 ea. 257.99 N Cylinder Assembly Actuating, Linear NSN: 3040-01-496-9424 1 ea. 1,969.24 2. REFERENCES Coast Guard Drawings Coast Guard Fleet Drawing FL-2605-29, Rev H, Chain Stopper System � Rising Sheave Assembly Coast Guard Drawing 175 WLM 573-050, Rev A, Hydraulic Piping Installation for Chain Stopper Coast Guard Drawing 175 WLM 573-051, Rev B, Chain Stopper Structural Modifications for Hydraulic Roller Assembly Coast Guard Publications Coast Guard Technical Publication (TP) 3939, SWBS 573-A,� Apr 2007, Rising Sheave Chain Stopper Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2014, Auxiliary Machine Systems Other References None 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor shall submit a CIR for the inspections listed in the following task(s) in Table 1: Task #1. Task #2. Task #3. Task #4. 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures, general. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.3.1 Protective measures, hydraulic system(s). Maintain existing hydraulic system cleanliness and take all necessary precautions to prevent the introduction of contaminants into the hydraulic system. Immediately after disconnecting or removing components from the hydraulic system, seal all openings to the rest of the system using caps for externally threaded connection points, bolt-on blanks, or taped-on discs/covers made of durable plastic or sheet-metal that is no less than 1/16-inch thick. Note Be aware that plastic bags may be used only when arrangement or configuration prevents the use of the other sealing methods specified above. 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Inspection and repair tasks. The Contractor shall refer to Coast Guard Drawings FL-2605-29, 175 WLM 573-050, and 175 WLM 573-051; and TP-3939 as guidance. Perform all work in Table 1 below accordance with SFLC Std Spec 5000. Table 1 - Tasks � ADDITION REQUIREMENTS # TASK TYPE (SFLC STD SPEC 5000 PARA. REF.) QTY COMPONENT OR ASSEMBLY APPENDIX AND PARA. FROM SFLC STD SPEC 5000 OTHER 1 Operate and Inspect 2 Hydraulic Chain Stopper Assembly 3.2.1 (Operate and Inspect) Additional inspections: 1. Check the hydraulic stopper mechanical foundation and all mounting hardware. 2. Inspect hydraulic hoses, ensuring that hose tags match hose log installation dates. 3. Verify the relief valve; adjust settings to 2150 PSI. 4. Visually inspect the seal gland; check for signs of water intrusion. 5. Visually inspect the stopper roller. 6. Verify proper speed of raise and lower (4 seconds each way). 7. Submit A CIR. 2 Disassemble and Inspect 2 Directional control valve assembly C2.4 (Valves and manifolds) Submit A CIR. 3 Disassemble and Inspect 2 Rising Sheave Assembly (sheave pin assembly) 3.2.3 (Disassemble and Inspect) 1. Renew all fasteners exposed to weather. 2. Lubricate in accordance with references. 3. Submit A CIR. 4 Disassemble and Inspect 4 Hydraulic cylinder 3.2.3 (Disassemble and Inspect) Submit A CIR. 5 NDE 2 Hydraulic Chain Stopper Assembly and Machinery Foundation 3.2.5 (NDE) Areas to NDE: 1. Entire stopper structure and all weld joints attaching chain stoppers to deck. 2. Foundation of the hydraulic rams and holdback blocks. 3. Submit a CFR. 6 Preserve 2 Hydraulic Chain Stopper Assembly, including foundation and chain stopper pockets. 3.2.4 (Preservation) Finish coat color: �1. Chain stopper: Black (17038) �2. Foundation: Gray (16099). 7 Renew All Hydraulic Fluid C2.1 (Fluids) Refer to Tech Pub. 8 Groom and Lubricate 2 Hydraulic Chain Stopper Assembly 3.2.6 (Groom and lubricate) 9 Final Test 2 Hydraulic Chain Stopper Assembly B2.2 (Hydraulic chain stoppers) Operational Load Test Weight: 16,500 (+0 -825) pounds Submit CFR. 10 Fabricate and Install 2 Label Plate B2.9 (Label plates) Weight: 16,500 (+0 -825) pounds 3.3 Special requirements for various components. If a Change Request has been authorized for additional work on any of the components listed in Table 2 below, the Contractor shall refer to the corresponding Appendix or paragraph of SFLC Std Spec 5000. TABLE 2 � SPECIAL REQUIREMENTS Component Appendix & Paragraph in sflc std spec 5000 Fluids C2.1 Hose assemblies C2.2 Piping and tubing C2.3 Valves and manifolds C2.4 Gages C2.5 Gas charged accumulators C2.6 Heat exchangers and fluid coolers C2.7 Systems C2.8 Fastener assemblies D2.1 Wire rope assemblies D2.2 Brakes and clutches D2.3 Open gearing and gear reducers D2.4 4. NOTES This section is not applicable to this work item. (FEB 1998) 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. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest 2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, ""Offerors Representations and Certification--Commercial Items (DEC 2012)"" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov. 3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation. 4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. 5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) The following addendum applies: Address for submission of invoices is USCG FINANCE CENTER COMMERCIAL INVOICES PO BOX 4115 CHESAPEAKE, VA 23327-4115 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (March 2016) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2016) (E.O. 11246). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). 7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions 3052.209-72 Organizational Conflicts of Interest 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Prot�g� Program (b) Clauses. 3052.203-70 Instructions for Contractor Disclosure of Violations 3052.204-70 Security Requirements for Unclassified Information Technology Resources 3052.204-71 Contractor Employee Access __Alternate I (Sept 2012) 3052.205-70 Advertisement, Publicizing Awards, and Releases (SEPT 2012) 3052.209-73 Limitation on Future Contracting (DEC 2003) 3052.215-70 Key Personnel or Facilities (JUN 2003) 3052.217-91 Performance (USCG) (DEC 2003) 3052.217-92 Inspection and manner of Doing Work (DEC 2003) 3052.217-93 Subcontracts. (USCG) (DEC 2003) 3052.217-94 Lay Days� (DEC 2003) 3052.217-95 Liability and Insurance (USCG) (DEC 2003) 3052.217-96 Title (USCG) (DEC 2003) 3052.217-97 Discharge of Liens (USCG)� (DEC 2003) 3052.217-98 Delays (USCG) (DEC 2003) 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (USCG) (DEC 2003) 3052.217-100 Guarantee (USCG) - guarantee period is 60 days after completion of all work or sea trials (if any) (DEC 2003) 3052.219-70 Small Business Subcontracting Plan Reporting 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) 3052.222-71 Strikes or Picketing Affecting Access to a DHAS Facility (DEC 2003) 3052.223-90 Accident and Fire Reporting (DEC 2003) 3052.228-70 Insurance (DEC 2003) 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) 3052.247-72 F.O.B Destination Only The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf 8. REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract.� In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: ��������������� 1.� Ship Repairer's Liability - $500,000 per occurrence. ��������������� 2.� Comprehensive General Liability - $500,000 per occurrence. 3.� Full insurance coverage in accordance with the United States� Longshoremen's and Harbor Worker's Act. 4.� Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. The insurance certificate must provide the name of the US Coast Guard vessel and the contract and/or solicitation number as specifically insured. 9.� Questions and quotes shall be emailed to William.A.SwordJr@uscg.mil. �Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SIGN 1449 ACCOMPANIED BY OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO WILLIAM.A.SWORDJR@USCG.MIL
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24ba179833f94c38ab9098d4e1f717b3/view)
 
Place of Performance
Address: Atlantic Beach, FL 32233, USA
Zip Code: 32233
Country: USA
 
Record
SN05668773-F 20200524/200522230155 (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  © 1994-2020, Loren Data Corp.