Search Contract Opportunities

87' Grit Removal

ID: 70Z04023Q60101Y00 • Type: Synopsis Solicitation

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 only solicitation; quotes are being requested and a separate written solicitation will not be issued.

Solicitation number 70Z04023Q60101Y00 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.

The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.

Basis for Award: This solicitation is based on FAR 13 Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation. Past performance will only be reviewed for responsibility basis per FAR 9.1. There are no adjectival ratings nor will award be based on a best value tradeoff basis. All quote's will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost.

All quotes shall be emailed to SK2 JOHNSON via TYRONE.W.JOHNSON@USCG.MIL and shall be received no later than 05/11/2023 0800 (Eastern). All emailed quotes shall have 70Z04023Q60101Y00 in the subject of the email.

If a Site Visit is required in order to bid, please email KEITH JORDON via 410-636-4776 in order to schedule.

ITEM 1: GRIT REMOVAL AND DISPOSAL

DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. CGC Bonito

TOTAL: ___________________

ITEM 2: GRIT REMOVAL AND DISPOSAL

DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. Vessel to be named when it becomes available.

TOTAL: ___________________

ITEM 3: GRIT REMOVAL AND DISPOSAL

DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. Vessel to be named when it becomes available.

TOTAL: ___________________

ITEM 4: GRIT REMOVAL AND DISPOSAL

DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 50 TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. Vessel to be named when it becomes available.

TOTAL: ___________________

EST. Delivery Date: ________________*

Total:

UEIN: NAICS code:

Place of Performance:

U.S. COAST GUARD YARD

2401 HAWKINS POINT ROAD

BALTIMORE, MD 21226

Invoicing In IPP

It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

STATEMENT OF WORK (SOW)

NONHAZARDOUS GRIT REMOVAL AND DISPOSAL

P/R 2123403Y6162A81005

SCOPE: The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal Services, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this order, if no standards are specified then to a commercially reasonable standard.

  • Blast grit removal and disposal inside the Bow to Stern Big Top enclosure and onboard to include: the entire concrete ground; the enclosure's steel wheels and wheel track channels; the surfaces, angles and six feet of the steel ship lift cradle; dust collector drums; the ship's exterior main deck and interior forepeak compartment and the gangway and stair/steps tower to the ship.
  • Approximately 50 tons (by weight) of grit is to be removed. Contractor must have the capability of removing 15 tons a day. All grit shall be removed regardless of condition; including wet and compacted grit which might require the use of shovels and other removal methods beyond vacuuming.
  • Period of performance for first vessel will be from 06/15/2023 to 06/22/2023. The start dates for remaining vessels will be provided on the work order and the completion time is 7 days. Work hours will be between 6:30 PM and 7:00 AM. Unless notified directly by the Ship Superintendent or POC Keith Jordan, work shall be performed every day, including weekends, regardless of the amount of grit present.
  • On the last day of the performance period, and after removal of all sand blasting grit from designated areas, the contactor shall vacuum clean the ground and steel wheel track channels to a broom swept condition. Broom swept is defined as free of all visible dirt, dust and debris. **See Photos below for examples of unacceptable final condition.

Disposal and Measurement: The Contractor will provide a weight ticket showing TARE weight and GROSS loaded weight from a certified commercial scale approved by the Contracting Officer. Contractor selected disposal sites must be an authorized Non-Hazardous Grit disposal site.

Weight tickets and non-regulated waste manifests shall accompany invoices for each removal, so that payment may be processed for each service performed. Additionally, a copy of all weight tickets and invoices shall be submitted to the shop planner on the next business day after disposal with the contract number and delivery order number for services clearly marked on the weight ticket and invoices.

Disposal of the sandblast grit shall meet all local, state, and federal standards and regulations, and is to be substantiated by the submittal of a non-regulated waste manifest to the Contracting Officer or the Contract Administrator and additional copy shall be furnished to the authorized caller. The Contractor shall be solely responsible for the transportation and proper disposal of the grit. If Contractor elects to use dumpsters for holding or transportation of grit, dumpsters must be covered to prevent grit from getting wet and becoming airborne.

The Coast Guard Yard has no control over landfill rates and cannot guarantee either the cost or the availability of disposal sites. The Contractor shall be responsible for locating primary yard alternative disposal site.

GOVERNMENT FURNISHED ITEMS AND SERVICES :

Services: The Government shall provide material handling services to load and unload Contractor machinery and for the set up of equipment. The Coast Guard Yard shall endeavor to provide timely assistance as requested by the Contractor. The Contractor shall provide 48 hour notice to the Government when there is a need for material handling services.

Utilities: The Government will provide water, compressed air, and electricity for the Contractor as defined herein. 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, for example turning off the water faucets or valves after using the required amount to accomplish assigned work.

Compressed Air: The Government shall provide a source of compressed air for Contractor machinery. The Contractor shall be responsible for ensuring that their compressed air hookup connections are compatible with the Yard's compressed air sources.

Electricity: The Government shall provide up to 200 amps and up to 480 volts of electrical services.

Hazardous Materials and Waste: If it comes to the Contractors attention that the coating materials requiring removal are suspected hazardous material and would produce hazardous waste (Code of Maryland Regulations, Title 26, Subtitle 13 and 40 CFR 260-267), the Contractor must cease work immediately and notify the COR. If the surface coating being removed contains lead, cadmium, chromium or Polychlorinated Biphenyl or PCB's, the Contractor will notify the COR immediately. The Government will have the responsibility to dispose of any hazardous materials and waste. The Contractor will have the responsibility to provide its full cooperation with the removal and disposal process.

CONTRACTOR FURNISHED ITEMS, SERVICES AND RESPONSIBILITIES :

General: The Contractor shall furnish all equipment and services required to perform work under this SOW, other than those explicitly addressed in government furnished services.

The Contractor shall report to the designated work site on the date specified on the written notification by the Contracting Officer in the form of a signed order. No other individual has the authority to direct the Contractor to begin work, other than a warranted Contracting Officer. Pending Coast Guard Yard production schedules, services may be required on an intermittent basis within the time period and quantity specified.

Nonhazardous Grit Removal and Disposal: The Contractor shall perform all services, management, planning, supervision, personnel, labor, materials, transportation and equipment necessary required by the task order to a commercially reasonable standard and in accordance with this SOW.

Equipment: The Contractor shall, throughout the performance of this contract, be in possession of fully functioning equipment and tools to complete assigned work. The following tools and equipment are required:

a. Safety Equipment

b. Trucks Two trucks are required with two hundred (200) feet of hose for each truck.

Equipment Standards: Contractor's trucks and equipment shall be maintained in an operable condition that meets all Federal, State of Maryland, and local safety requirements. All equipment must meet the permissible noise limits in accordance with this SOW.

Photos:

Unacceptable Nightly Condition

  • Left equipment hoses inside the enclosure
  • Height of piles greater than 2 inches
  • Exceeded the 5% daily allowable grit remaining

Overview

Response Deadline
May 11, 2023, 8:00 a.m. EDT Past Due
Posted
April 26, 2023, 2:02 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Curtis Bay, MD 21226 USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
50% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 4/26/23 Surface Forces Logistics Center issued Synopsis Solicitation 70Z04023Q60101Y00 for 87' Grit Removal due 5/11/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J020.
Primary Contact
Name
SK2 TYRONE JOHNSON
Phone
(410) 762-6543

Documents

Posted documents for Synopsis Solicitation 70Z04023Q60101Y00

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z04023Q60101Y00

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z04023Q60101Y00

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z04023Q60101Y00

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z04023Q60101Y00

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 3(00040)
FPDS Organization Code
7008-70Z040
Source Organization Code
100178065
Last Updated
May 26, 2023
Last Updated By
tyrone.w.johnson@uscg.mil
Archive Date
May 26, 2023