Combine Solicitation – HULL PLATING (SIDE-SCAN) ULTRASONIC TESTING 110 WPB
| Source: | Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: HULL PLATING (SIDE-SCAN) ULTRASONIC TESTING 110 WPB
Classification Code: 20 - Ship and marine equipment
Solicitation Number: HSCG80-12-Q-P45394
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance Country: BH
Description:
This combined synopsis/solicitation HSCG80-12-Q-P45394 for commercial items is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54. This is a100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. A. REQUIREMENT: Contractor shall provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "SCHEDULE" IAW the provided specification. Contractor shall provide valid copies of ASNT certificates of personnel performing various duties as stated at 3.2.1 Testing company and personnel. B. PERIOD OF PERFORMANCE: is SEVEN (7) calendar days. Schedule is listed below: 1. CGC WRANGELL
Point of contact shall be CWO Donnie Boyer W: (757) 628-4565 C: (757) 414-3093
Period of Performance for the Side Scans will be as follows: CGC WRANGELL:
1.2 Government-furnished property. None. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 110B WPB 111-003, Rev H; Shell Expansion (For B & C class 110's) Coast Guard Drawing 110 WPB 111-001, Rev A; Shell Expansion (For A Class 110's ONLY) Coast Guard Drawing 110 WPB 85-2, Rev -; Docking Plan COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000),
OTHER
3.1 General. The Contractor shall use drawings listed in Section 2 herein as guidance during the performance of work specified herein.
3.1.1 Interferences. The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): - Docking blocks.
3.1.2 Work coordination and preparation. The Contractor shall plan all specified vessel work detailed in this specification package to ensure the side scan survey does not necessitate a work stoppage. Abide by the following guidance, to facilitate the ultrasonic survey: ** Ensure and verify with the
3.2 Side scan requirements and procedures.
3.2.1 Testing company and personnel. The Contractor shall provide the services of a qualified ultrasonic testing company, with suitable side scan equipment, to conduct a "Scanning Crawler Automated Test" of the vessel's u/w hull plating and entire freeboard up to the data couple for the presence of metal corrosion and deterioration. The Contractor shall ensure the following: ** Follow the ASNT Recommended Practice No. SNT-TC-1A 2006 for all personnel qualification and certification. ** All scanning shall be completed by a certified automated scanner with a proven history and certificate of qualifications. ** Provide an ASNT Level III analyst on site during the entire scanning process to oversee the project and evaluate all data obtained during scanning. ** Provide an ASNT Level III or II analyst to verify with a hand held meter all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.2.3. ** Provide all qualified personnel required to complete the requirements contained herein at an on-site location. 3.2.2
3.2.2.1 Provide a daily update to the COTR on all areas inspected and potential issues or schedule changes.
3.2.2.2 Notify the COTR at least 3 days prior to completion for an onsite review of readings and repair areas.
3.2.2.3 The contractor shall not directly cause delays or work stoppages to the drydock work scheduled during the scanning process. The Contractor may be charged for associated cost if they are found to have been the cause for delays in the drydock work schedule.
3.2.3 Scanning parameters. The Contractor shall follow all recommended guidelines, procedures, and practices as defined by ASNT for Ultrasonic Non-Destructive Testing as follows: ** For "A" Class 110' WPB's reference CG Drawing 110 WPB 111-001, Rev A; Shell Expansion
** For "B" & "C" Class 110' WPB's reference CG Drawing 110B WPB 111-003, Rev H; Shell Expansion
3.2.3.1 Scanning resolution shall be set to (.5" x .5"). 3.2.3.2 The automated scanning resolution shall, at a minimum, be calibrated at the beginning and end of each day. The calibration process must include the comparison of the results of the automated scanner to the results of the calibrated hand held gauge at a specific point on the hull. This shall be done in the presence of the designated Coast Guard Inpsector. 3.2.3.3 The waveform for each point collected shall be saved and made available to the US Coast Guard for four years after the inspection. 3.2.3.4 The automated scanning machine must cover all areas of the hull (below the water line and entire freeboard area) up to a maximum of six inches around obstacles. Acceptable obstacles include sea suctions, discharges, rudderposts, anodes, stern tubes, drydock blocks and areas blocked by immovable scaffolding or shipyard activity. 3.2.3.5 All areas within six inches of obsticles and not covered with the automated scanner (as listed in paragrah 3.2.3.4) shall be scaned with a hand held meter set to a resolution of 2.0" x 2.0".
3.2.3.6 All hand held scanning shall follow these parameters: ** The contractor shall calibrate the hand held meter each time it is powered up for use using an ASNT certified calibration block made of mild steel.
** The contractor shall scan all areas within six inches of the obsticles listed in paragrah 3.2.3.4 and not covered with the automated scanner using a hand held meter set to a resolution of 2.0"x2.0".
** The cotnractor shall provide supplemental hand held readings in accordance with paragrpah 3.2.1 on any area of the hull identifed as thinner than the criteria for repair defined in paragraph 3.2.3.8.
** The contractor shall scan any areas where the automated scanner lost data due to sharp dents, surface irregularities, roughness, etc. using a hand held meter with a resolution set to 1.0" x 1.0".
3.2.3.7 The start point of each scan shall be clearly identified on the hull for reference.
3.2.3.8 All platting (Under-Water Body and Freeboard) shall adhere to the following evaluation criteria:
4-5 LB plate - C scan data indicating wastage greater than or equal to 15% of nominal plate thickness shall be highlighted in RED and designated a repair area. 4-5 LB plate - C scan data indicating wastage greater than or equal to 10% to 14% of nominal plate thickness shall be highlighted in YELLOW 4-5 LB plate - C scan data indicating wastage less than 10% of nominal plate thickness shall be highlighted in DARK GREEN 6 - 10 LB plate - C scan data indicating wastage greater than or equal to 25% of nominal plate thickness shall be highlighted in RED and designated a repair area. 6 - 10 LB plate - C scan data indicating wastage greater than or equal to 15% to 24% of nominal plate thickness shall be highlighted in YELLOW. 6 - 10 LB plate - C scan data indicating wastage less than 14% of nominal plate thickness shall be highlighted in DARK GREEN. NOTES 1. Any scanning parameter or scope of work changes must be approved by the KO. 2. The use of multiple back-wall echos is not authorized due to inconsistent readings and technical difficulties. 3. There shall be no deviation from the color scheme specified above!
3.3 Hull identification and markings.
3.3.1 The contractor shall label each plate on the hull designated for inspection as per the CG drawings listed in Section 2 and Section 3.2.3. 3.3.2 The contractor shall label the starting point for each scan on the hull. 3.3.3 The contractor shall outline the areas measured with the hand held meter on the hull. 3.3.4 The contractor shall outline in WHITE or YELLOW all areas on the hull identified as thinner than the criteria for repair defined in paragraph 3.2.3.8. The colors used to label repair areas shall not be used for any other markings on the hull.
3.4 Reports.
3.4.1 The contractor shall measure the average paint thickness in order to provide a more accurate metal thickness at all scanned points. The average paint thickness must be clearly defined in the reports.
3.4.2 The Contractor shall submit to the COTR two hard copies of the final written report within 10 calendar days after the side scan inspection is completed. The written report shall include the following contents (minimum): ** Overview ** Plate summary - must be in table format with at minimum a column for plate identification, repair identification, location of repair area, size of repair area, and brief description (i.e. exterior pitting, hole, interior corrosion, etc.) ** A composite mosaic of the C-Scan images overlaid on the appropriate shell plate expansion drawing as listed in paragraph 3.2.3. ** A separate page for each plate with a C-scan image of that plate only. The upper right or lower right of each page must contain the plate identification for easy retrieval. Each page must also contain the following: o Plate design weight o Nominal thickness o Criteria thickness for green, yellow and red as listed in paragraph 3.2.3.8 o All repair areas must be outlined in blue in the C-Scan image as they are marked on the hull. Each repair area must have a label corresponding the label on the hull. o All Unusual areas on the C-scan such as rough surface, etc. must be called out and noted in blue. ** A separate AutoCAD drawing for each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval. All repair areas must be drawn to scale and hatched as they are marked on the hull. The plates must be drawn to scale and dimensioned. Orientation of the plate to the boat must be identified. Assume the lower left corner of the plate is a right angle for drawing purposes. Use the left and bottom weld for obtaining dimensions of repair areas. Drawing tolerances can be +/- ½". ** A minimum of 1 page for digital photos of each plate with repair area(s) identified. The upper right or lower right of the page must contain the plate identification for easy retrieval.
3.4.3 The written report is to be organized as follows: ** Table of contents ** Overview &l; Plate Summary ** Port Side Mosaic ** Port side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. ** Starboard Side Mosaic ** Starboard Side C-scan, AutoCAD drawing and digital photos of each plate in sequential order. ** Transom C-Scan, AutoCAD drawing and digital photos 3.4.4 The contractor shall submit two copies of the report in electronic format with two CD's containing the electronic (raw) data. Ensure that the electronic reports include: ** All items contained in the physical written report as stated above. ** A separate tab or file for each plate with the data or thickness value measured for every point used in the C-scan image. These readings should be proportionate on the page as to the location measured on the plate. The plate identification, design weight, and nominal thickness must be included at the upper left of the screen. ** An interactive file of the C-scan image for each plate that the USCG can change the thickness criteria for each color. The USCG must be able to input either the % wastage or material thickness for each color and the program must generate a new C-scan image per the new inputted criteria. ** All files must be compatible with USCG standard workstation software including AutoCAD, MS Office, Adobe PDF and JPEG. 4. NOTES 4.1 A Coast Guard Inspector will be on site during the entire scanning evolution to witness procedures and review collected data. 4.2 The contractor shall provide supporting documentation to show the ASNT qualifications and certifications of all personnel directly involved in the scanning process.
4.3 Government-Furnished Items. The
** References listed in section 2. ** Two 20A, 120VAC/1/60, circuits with 50 feet of vessel at on-site location ** .50 gpm of fresh water within 50 feet of vessel with standard hose bib fitting. ** Approved scaffolding or man lift to bring inspection personnel within one foot of all inspection areas that are five feet above ground level. ** Surface prep of hull with an ultra high pressure water spray or grit blast to bare metal followed by primer skim coat (3-5 mils) to prevent flash rust. Surface profile must be uniform.
E. PRICING DATA: Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINS are marked "O" for Optional. Insert unit prices in all CLINs listed in the Schedule unless "NSP" is printed in the Unit Price column for any
F. ** TRAVEL AND PER DIEM: "Travel and
G. EVALUATION: As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and Price. Past Performance is more important than price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following: The contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, total dollar amount, procuring activity or firm's complete name (include addresses, telephone numbers, and the point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items and extended total. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to [email protected] The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format and must contain the contractor's DUNS Number. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. Quotes must be received not later than
The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required:
(1) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
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. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html
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. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html
FAR 52.211-15 Defense Priority and Allocation Requirements (
The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (
Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (
The provision at FAR 52.212-2, Evaluation--Commercial Items (
The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (
The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
The Clause at FAR 52.212-5- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (
Link/URL: https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45394/listing.html
| Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
| Wordcount: | 6145 |



Advisor News
- Economic pressure makes boomerang living a new normal
- Millennials ready to bring their advisor to the family table
- The gap between policy awareness and investor conversations
- Younger investors turn to ‘finfluencers’
- Using digital retirement modeling to strengthen client understanding
More Advisor NewsAnnuity News
- Most employers support embedding guaranteed lifetime income options into DC Plans
- InspereX Partners with AuguStar Retirement for Strategic Expansion into Annuity Market
- FACC and DOL enter stipulation to dismiss 2020 guidance lawsuit
- Zinnia’s Zahara policy admin system adds FIA chassis to product library
- The Standard and Ignite Partners Announce Launch of Thrive Plus Fixed Indexed Annuity
More Annuity NewsHealth/Employee Benefits News
- ‘No gap’ private health insurance can save you money. But there’s a catch
- Researchers from New York University (NYU) Langone Health Provide Details of New Studies and Findings in the Area of Radius Fracture (Investigating the Impact of Health Insurance on the Treatment of Distal Radius Fractures in New York State): Radius Fracture
- Insurance Commissioner working to provide short-term health policy options to Mississippians
- How this local health plan CEO navigates challenges of providing care
- NCOIL tackles packed agenda at spring meeting
More Health/Employee Benefits NewsLife Insurance News
- NCOIL tackles packed agenda at spring meeting
- Unum Group Reports First Quarter 2026 Results
- Foresters Financial revamps accelerated underwriting, raises limits to $2M
- National Life Group Appoints Matthew Frazee as Chief Financial Officer to Support Continued Organizational Growth
- Protective to Acquire Obsidian from Genstar Capital, Expanding into Specialty Property & Casualty Insurance
More Life Insurance News