Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

Y -- USCGC NORVELL Weather deck Non-Skid Surfaces Preserve

Notice Date
1/24/2023 11:20:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
52050PR230000025
 
Response Due
2/17/2023 12:00:00 PM
 
Archive Date
03/04/2023
 
Point of Contact
Bryan Goltz, Phone: (305) 535-4337
 
E-Mail Address
Bryan.W.Goltz@uscg.mil
(Bryan.W.Goltz@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 52050PR230000025.��� Applicable North American Industry Classification Standard (NAICS) codes are:� 238330������ Flooring Contractors������������� $14.0� 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 offer or 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:� Cost of materials and equipment� 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: 10 business days after close of solicitation, OOA 27 FEB 2023� Quotes are to be received no later than close of business (3 p.m.) on 17 Feb 2023 and are to be sent via e-mail to Angel.melendez@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: Angel Melendez� 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 FEDBIZOPS (www.fbo.gov).� �� Wage determinations: FL 2015-4535 REV 23 dated 06/27/2022� *SCOPE OF WORK� WORK ITEM 13: Weather deck Non-Skid Surfaces, Preserve� SCOPE� Intent. This work item describes the requirements for the Contractor to prepare and preserve various� topside exterior surfaces designated below.� TABLE 1 � WEATHER DECKS� ITEM DESCRIPTION� 1 All of 01 Deck Non-Skid Surfaces� 1.2 Government-furnished property.� None.� 2. REFERENCES� COAST GUARD DRAWINGS� Coast Guard Drawing 154 WPC 601-302, Rev C, General Arrangement� Coast Guard Drawing 154 WPC 631-301, Rev D, Paint and Preservation Schedule� COAST GUARD PUBLICATIONS� Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020,� General Requirements� Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020,� Requirements for Preservation of Ship Structures� OTHER REFERENCES� MIL-PRF-24667, Jun 2005, Coating system, Non-Skid, for Roll or Spray Application� QPL-24667, May 2006, Qualified Product List of Products Qualified under Performance� Specification MIL-PRF-24667, Coating system, Non-Skid, for Roll or Spray Application� Commercial Item Descriptions (CID) A-A-59316, Nov 2003; Abrasive Materials for Blasting� 3. REQUIREMENTS� 3.1 General.� USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023� 61 (REV-0)� 3.1.1 CIR.� None.� 3.1.2 Tech Rep.� Not applicable.� 3.1.3 Protective measures. 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, 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 Apply protective measures to all adjacent surfaces not being coated (e.g. masking and/or covering� ventilation intakes, deck fittings, deck equipment, ladders, lifelines and stanchions, deck penetration,� goosenecks and vents, AMIO tent canvas, etc.) as specified in SFLC Std Spec 0000, paragraph 3.3.3� (Vessel component, space, and equipment protection) to prevent overspray from entering the vessel or� falling on adjacent vertical surfaces (beyond what is specified in paragraph 3.3.1 (System particulars)).� 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec� 0000, paragraph 3.3.5 (Interferences).� 3.2 Preservation requirement. The Contractor shall accomplish the following tasks. Use Coast Guard� Drawing 154 WPC 601-302, sheet 4 and 154 WPC 631-301, sheet 5 as guidance.� 3.2.1 Surface preparation and coating application. Prepare and coat the deck surfaces specified in Table� 1. In addition to the non-skid areas, preserve all adjacent horizontal surfaces and associated like-colored� components (e.g. bitt and chock foundations, machinery rack guards and machinery foundations, hatches� and hatch guards, stanchion sockets, vent pipes, angle coaming area, and approximately six inches up all� adjacent vertical surfaces (as applicable)). Perform all preparation and coating tasks in accordance with� SFLC STD SPEC 6310.� 3.2.1.1 Surface preparation wash. Prior to accomplishing surface preparation, accomplish low-pressure� (less than 5,000 psi) fresh water wash of all affected surfaces, to remove soluble chlorides and other� surface contaminants. Capture, contain, and dispose of wash water for proper disposal in accordance with� all Federal, state and local regulations. Water used in all surface preparation tasks shall be free of all� impurities (e.g. salts, particulates, etc.) that may negatively affect coating adhesion.� 3.3.2.2 Substrate inspection. After completion surface preparation and before coating application,� perform a visual inspection of the prepared substrate, and submit a CFR.� 3.3.2.3 Color selection. Select and use Dark Gray (16099) as the finish/top coat color for main deck.� Select and use Haze Gray (36270) as the finish/top coat color for the 01 Deck.� 3.3.2.4 Non-skid areas. Maintain the existing dimensional layout of areas that have roll-on non-skid� applied versus those areas that don�t have roll-on non-skid applied. Do not apply non-skid on the� following surfaces:� ? Within two inches of deck fittings, hatches, welds, and protrusions.� ? Within six inches of deck coaming, bulkheads, and deck edges.� USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023� 62 (REV-0)� ? Within six inches of all deck edges and bulkheads.� ? Within two inches of deck foundations (two inches measured from outermost portion of� foundation, for example, foundation brackets on anchor windlass).� ? Over deck fittings.� ? Over waterways.� NOTES� Surface preparation may be accomplished by waterjetting, abrasiveblasting,� or a combination of the two.� 2. Waterjetting only reveals an existing substrate anchor profile and does not� create a new profile. Abrasive may be introduced to the waterjet stream, to� achieve required surface profile and/or greater productivity. Abrasive blast� grit (if used for preparing the aluminum surfaces) shall conform to CID-AA59316,� Type I or Type IV.� 3. Surfaces being preserved are considered �critical-coated surfaces�.� 4. Unless a containment system is used to contain surface preparation dust� and debris and coating application overspray during pier side/dockside� preservation, the following must be adhered to:� a. All surface preparation tools/equipment must vacuum-shrouded.� b. Coatings must be applied by brushing or rolling.� 3.3.2.5 Non-skid surface appearance and texture. Ensure that the non-skid surface shall show a pattern of� peaks and ridges. The ridge profile shall be continuous and reasonably uniform. Peaks and ridges shall be� generally in the same direction (fore and aft), approximately � to 1 inch apart, and approximately 1/16 to� 3/32 inches high. All weld seams shall be cross-rolled from a minimum of 3 inches on either side of the� weld.� 3.4 Low temperature cure system. If a Change Request has been authorized and released, the Contractor� shall apply a low temperature cure system, conforming to MIL-PRF-24667, Type VIII, Composition G.� Ensure that top color coating is a silicone alkyd enamel product, recommended by the nonskid coating� system manufacturer, in lieu of the polyurethane-based coating listed on QPL-24667.� NOTES� The low temperature system is only authorized for application at� temperatures between 35-45 degrees F.� 2. Primer, non-skid, and color coatings must be procured as part of a system� kit from the system�s manufacturer or supplier.� 3. Flexible membrane system. If a Change Request has been authorized and released, the Contractor� shall apply the MIL-PRF-24667, Type III, Composition G system, with the intermediate membrane.� NOTE� The Type III non-skid system with the intermediate membrane should only be� used over deck surfaces that undergo a great deal of flexing, or over uneven� deck surfaces where flatness is required.� USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023� 63 (REV-0)� �In-process quality control measures. The Contractor shall abide by all the safety, preservation, and� quality control requirements specified in SFLC Std Spec 0000, paragraph 3.2.4.2 (In-process QC� measures for �critical-coated surfaces).� 4. NOTES� 4.1 Definition of coaming. Vertical raised sections of deck plating around an opening that provide a frame� and/or deflect water, such as around a hatch or gooseneck.� Location of Work:� U.S. Coast Guard Base Miami Beach� 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 Thursday February 02, 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.�� Q&A�s:� Questions concerning the work requested must be sent to Angel.melendez@uscg.mil by February 07, 2023.� These Q&A�s will be answered and posted to this solicitation as an amendment prior to close of solicitation.� 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)� 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)� 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018)� 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020)� 52.222-41 Service Contract Labor Standards (Aug 2018)� Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 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 Duns 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�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7523b52cb2ba4446bcb72835844fdf65/view)
 
Place of Performance
Address: Miami Beach, FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN06571741-F 20230126/230124230106 (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.