Florida Bids > Bid Detail

Clean and Inspect Fuel Tanks for USCGC Margaret Norvell

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159552609126175
Posted Date: Jan 11, 2023
Due Date: Jan 27, 2023
Solicitation No: 52050PR230000018
Source: https://sam.gov/opp/88928f17c5...
Follow
Clean and Inspect Fuel Tanks for USCGC Margaret Norvell
Active
Contract Opportunity
Notice ID
52050PR230000018
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
BASE MIAMI(00028)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 11, 2023 01:08 pm EST
  • Original Date Offers Due: Jan 27, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5430 - STORAGE TANKS
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Miami Beach , FL 33139
    USA
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 52050PR230000018



Applicable North American Industry Classification Standard (NAICS) codes are: 562998 or 562211





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:




  1. Cost of materials and equipment

  2. 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











1. SCOPE



1.1 Intent. This work item describes the requirements for the Contractor to clean and inspect the following



tank(s):



TABLE 1 – FUEL TANKS AND VOIDS



TANK LOCATION CAPACITY - 95% (GALLONS)



FUEL OR WASTE WATER TO BE REMOVED AND



DISPOSED OF



(GALLONS)



Fuel Oil Service 1S 3-17-1-F 1750 175



Fuel Oil Service 1P 3-17-2-F 1750 175



Fuel Oil Service 2S 3-41-1-F 840 84



Fuel Oil Service 2P 3-41-2-F 840 84



Emer Gen Fuel Tank 1-10-1-F 93 10



Fuel Oil Storage 1 3-11-0-F 5040 504



Fuel Oil Storage 2 3-23-0-F 5350 535



Fuel Oil Overflow 1 3-10-0-F 606 60



Fuel Oil Overflow 2 3-40-0-F 1159 115



Oily Water 3-34-1-W 336 34



Dirty Oil 3-34-2-F 336 34



Aft Void 3-43-0-V 924 N/A





1.2 Government-furnished property.



None.



USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023



21 (REV-0)





2. REFERENCES



COAST GUARD DRAWINGS



Coast Guard Drawing 154 WPC 601-302, Rev D, General Arrangement



Coast Guard Drawing 154 WPC 506-301, Rev -, Fills, Vents, Sounds and Overflows Diagram



COAST GUARD PUBLICATIONS



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020,



General Requirements



OTHER REFERENCES



Society of Automotive Engineers (SAE) Aerospace Material Specification (AMS) C6183, 2013,



Cork and Rubber Composition Sheet; For Aromatic Fuel and Oil Resistant Gaskets



MIL-DTL-1222, Dec 2000, Studs, Bolts, Screws and Nuts for Applications Where a High Degree



of Reliability Is Required





3. REQUIREMENTS



3.1 General.



3.1.1 CIR.



None.



3.1.2 Tech Rep.



Not applicable.



3.1.3 Protective measures. The Contractor must 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 must remove all



installed protective measures, inspect for the presence of contamination, and return all contaminated



equipment, components, and spaces to original condition of cleanliness.



3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000,



paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below-listed:



?? Fuel



?? Piping



?? Tank access cover



3.1.4.1 Fuel. The Contractor must remove and dispose of diesel fuel in the quantities listed in Table 1.



Dispose of removed fluids in accordance with all applicable Federal, state, and local regulations (see 4.2



(Tank content restoration)). Document a complete chain of custody record of the removed tank contents



from the vessel to the point of final destination or delivery. Submit CFR to the COR upon completion of



work.





USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023



22 (REV-0)



3.1.4.2 SSDG service tank draining/cleaning. In the event that generators must be operated aboard the



vessel during execution of this item, an adequate amount of fuel must remain in at least one generator



service tank for the duration while others are being cleaned. The Contractor must coordinate with ships



force to determine a plan for filling this requirement (e.g. drain/clean one SSDG service tank then ship



force refill prior to working subsequent service tanks, etc.). Submit a CFR documenting the mutually



agreed upon plan for SSDG service tank cleaning.



NOTE



Vessel may come in with less tank fluid contents than specified above.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.



3.2 Operational test, initial. Prior to commencement of work, the Contractor must witness Coast Guard



Personnel perform an initial operational test of the TLI’s for tanks listed in paragraph 1.1 (Intent), to



demonstrate existing operational condition. Submit a CFR.



3.3 Plug log. The Contractor must keep a written record of all plugs put in any tanks vents. A separate list



must be kept for each tank being entered.



3.3.1 Ensure that all plugs are removed from each tank upon completion of work in the tank.



3.3.2 Ensure the plug log is available to the Coast Guard inspector when the inspector is performing his



close-out inspection on each tank.



NOTE



Initial and post repair operational tests apply only to tanks that possess TLIs.



3.4 Cleaning requirements. The Contractor must remove tank cover(s) and clean tank interior surfaces



free of all foreign materials, such as residual fuel or water, sediment, sludge, rust, or biological growth,



taking care not to damage the coating system (if applicable). Remove cleaning media and residues



continuously during the washing process. Remove any residual wash media; and wipe up residual



moisture with clean lint-free cloths.



3.5 Tank content and waste disposal. The Contractor must dispose of residual tank contents and any



cleaning fluids in compliance with all applicable Federal, state, and local laws, ordinances and



regulations. Document a complete chain of custody record of the removed tank contents and generated



wastes, from the vessel to the point of final destination or delivery. Submit document to the COR upon



completion of work.



3.6 Inspection. The Contractor must accomplish the following tasks:



3.6.1 Visually inspect all tank interior surfaces, including, but not limited to bulkheads, floor and



overhead plating, structural members, manhole cover surfaces, fasteners and gasket seating surfaces.



Submit a CFR including the following, as applicable:



?? Tank structural condition.



?? Inaccessible areas.





USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023



23 (REV-0)



?? Condition of tank coating, including measurements taken, percentage, location, and type of



coating failure (if tank interior surfaces are coated).



?? Tank level indicator (TLI) and/or float switch condition, as applicable.



?? Sounding/vent tube and striker plate condition.



?? Suction and discharge piping condition.



?? Fastener material and condition (correct fastener material is stainless steel).



?? Determine condition of zinc anodes in oily water & dirty oil tanks (zincs with 50% wastage



or more should be renewed).



3.6.2 Measure up to 10 “pits” within each tank as designated by the Coast Guard Inspector using a



Contractor supplied ‘Pit Gauge’. Include pit measurement results in CFR specified above, showing



where pit measurements were taken and the depth of the pit.



3.7 Tank closing. The Contractor must ensure that the tank(s) remain open for at least 24 hours after



completion of any KO-authorized repair and preservation procedures. Notify the COR at least 24 hours



prior to closing the tank(s). After satisfactory inspection by the Coast Guard Inspector and completion of



all authorized repairs, close tank manhole cover(s) with new gasket material conforming to AMS-C-



6183. Chase threads on studs to ensure even installation of the access covers. Renew any damaged or



missing fasteners. Use MIL-DTL-1222 as guidance. Existing undamaged fasteners may be reused. For



purpose of bid, assume 10% of existing fasteners will require renewal. Renew all Nylock hex nuts.



NOTE





Coast Guard personnel will operate all shipboard machinery and equipment.



3.8 Operational test, post repairs. After completion of work, the Contractor must thoroughly test, in the



presence of the Coast Guard Inspector and demonstrate all designated tank TLI’s to be in satisfactory



operating condition. Submit a CFR.





4. NOTES



4.1 Tank content removal. The Ship’s force will pump down the tanks to the maximum extent possible



with the installed pumping system.



4.2 Tank content restoration. The Ship’s force will procure new fluids and refill all tanks at the



appropriate time.





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:




  1. 10 mph speed limit

  2. No use of cell phones is permitted while driving vehicles or operating heavy machinery

  3. All personnel shall obey all marked traffic signals including stop signs & stop lights.




  1. Absolutely no firearms or weapons of any kind are allowed onboard Base Miami Beach.

  2. Only American citizens and permanent resident aliens are allowed onboard Base Miami Beach Facilities. Absolutely no foreign nationals are permitted on the premises.

  3. Notice shall be given to the Coast Guard’s representative 1 week in advance of any planned power, water, sewage or lighting outages.

  4. 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.

  5. 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.

  6. 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.

  7. No personnel other than the contracting officer has the authority to alter the terms of any contract or to issue any change orders.

  8. 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.

  9. 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.

  10. 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 Thursday Jan 19, 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 100 MACARTHER CAUSEWAY MIAMI FL 33139
  • MIAMI , FL 33132
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 11, 2023 01:08 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >