Sources Sought
USACE Mastership Agreement for Repair and Alteration of Vessels
This is a Sources Sought Notice solely for information and planning purposes only. This Sources Sought neither constitutes a Request for Quotes (RFQ), Invitation for Bids (IFB), or Request for Proposals (RFP), nor a promise to issue a future RFQ, IFB, or RFP. It does not constitute a solicitation and shall not be construed as a commitment by the Government to contract for any supply or service. The U.S. Government is not seeking quotes or bids at this time and will not accept unsolicited proposals in response to this sources sought notice. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder.
PART 1 GENERAL
1.1
The U.S. Army Reserve Center-Area Maintenance Support Activity (AMSA) 137 is located in Tacoma, Washington, at 401 Alexander Ave. East, Pier 23, Tacoma, WA 98421. The Army Reserve has several watercraft moored at this location: Large Tugs (LT), Small Tugs (ST), Landing Craft Utility (LCU), Logistics Support Vessel (LSV), Barge Derrick (BD) and any additional barges. These vessels require repair and alteration.
1.2
The pending work required herein consists of furnishing all plant, equipment, materials and supplies to perform all operations necessary for dry docking and repair of marine vessels, including but not limited to, U.S. Army Reserve Watercraft listed in subpart 1.1. All equipment to be used during the execution of a task order shall be of adequate quality, capacity and serviceability to safely perform work on the particular vessel(s) designated in the task order. Work to be done under an awarded task order will require coordination between the contractor and the contracting officer representative for scheduling purposes.
The contract area includes several watercraft of the U.S. Army Reserve. The blocking plans for vessels listed in paragraph 1.1 are attached. The location of work to be performed will be determined by the scope of work for each task order on a case by case basis.
1.3
Master agreements shall remain in effect until cancelled by either the contractor or the contracting officer. Master agreements can be cancelled by either the contractor or the contracting officer by giving 30 days written notice to the other. Cancellation of a master agreement does not affect the rights and liabilities under any job order existing at the time of cancellation. The contractor must continue to perform all work covered by any job order issued before the effective date of cancellation of the master agreement.
PART 2 MAJOR WORK ITEMS
2.1
Major Work items associated with the repair and alteration include but is not limited to:
Electrical and Electronic Systems
Generators
Propulsion Systems
Hydraulic and Pneumatic systems
HVAC Systems
Hull Maintenance
Plumbing Systems
Waste Containment Systems
Navigation and Steering Systems
Interior and Exterior Corrosion Control
Lifting Device maintenance and certification
Fire Suppression and Detection System maintenance and certification
2.2
Emergency work:
Contractor shall have the ability for emergency repairs that are critical to mission requirements. The contracting officer, without soliciting offers, may issue a written task order to a contractor that has previously executed a master agreement when delay in the performance of necessary repair work would endanger a vessel, its cargo or stores; or military necessity requires immediate work on a vessel.
PART 3 PAYMENTS
3.1
Upon receipt of an invoice from Contractor, Government shall pay Contractor for those services, equipment, and materials furnished by Contractor at the rates specified in Contractor's Task Order. Government shall have 30 days from the date of the invoice to pay the amount due thereon, or to notify Contractor in writing of a bona fide dispute asserted in good faith as to one or more of the invoice items.
4 - SECURITY REQUIREMENTS
4.1
Access and General Policy Requirements. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
4.2
Contractor Employee Access to Army Controlled Facilities. The Contractor shall adhere to requirements as directed in Federal Acquisition Regulation - 52.222-54; Employment Eligibility Verification. Contractors shall be enrolled in the Department of Homeland Security E-Verify Program. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify.
4.3
AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date, new employee hire, or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 60 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil.
4.4
Background Check. The Contractor shall have a law enforcement background check completed for all employees who will be entering Army-controlled installations or facilities prior to employment. The law enforcement background check shall include any information entered into National Crime Information Center (NCIC-3) database. Documentation of these checks shall be sent to the COR for each employee prior to them entering Army-controlled installations or facilities.
4.5
General Requirements:
a) The Contractor shall provide to the COR, seven days prior to employee entering Army controlled installations or facilities, the names and Social Security numbers (or equivalent identification numbers for non-U.S. citizens) of all employees who will be entering Army-controlled installations or facilities. This list shall include only employees verified through E-Verify and also indicate that a law enforcement background check was completed on each listed employee.
b) The Contractor shall ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services.
c) The Contractor shall return within two business days all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a Contractor employee no longer requires access to the installation or facility.
d) The Contractor shall comply with all personnel identity verification procedures. Employees must be accompanied by an authorized Government employee at all times while providing services in secure areas.
e) During Force Protection Conditions (FPCON) Charlie and Delta, services are discontinued and services shall resume when the FPCON level is reduced to level Bravo or lower.
f) Lost and Found Property: It is the responsibility of the Contractor to ensure that all items of possible personal or monetary value found by the Contractor's employees are turned in to the Contracting Officer Representative (COR) or Designated Representative.
5. Please provide business information in the following format:
Business Name:
Point of Contact: (Name/Phone/Email)
Address:
Business Size (Large/Small/8(A))
Cage Code:
6. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on January 11th, 2019 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Reid Drewes, St Louis District, Corps of Engineers, via email at reid.a.drewes@usace.army.mil, Fax will not be accepted. Please direct any questions on this announcement to Reid Drewes at the above email or phone number 314-331-8384.