Camel Fenders Furnished for USCG Base Portsmouth

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159016264820018
Posted Date: Jun 12, 2023
Due Date: Jun 27, 2023
Solicitation No: 31040Q230000247
Source: Members Only
Follow
Camel Fenders Furnished for USCG Base Portsmouth
Active
Contract Opportunity
Notice ID
31040Q230000247
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
BASE PORTSMOUTH(00027)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 12, 2023 11:08 am EDT
  • Original Date Offers Due: Jun 27, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2040 - MARINE HARDWARE AND HULL ITEMS
  • NAICS Code:
    • 326291 - Rubber Product Manufacturing for Mechanical Use
  • Place of Performance:
    Portsmouth , VA 23703
    USA
Description

SCOPE OF WORK







1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to fabricate and deliver new camel fenders for the North and South piers located at USCG Base Portsmouth, 4000 Coast Guard Blvd., Portsmouth, VA 23703.





2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and provide a detailed delivery schedule.





3. SCOPE OF WORK:





Base item: Offeror shall provide (6) composite camels meeting the below specs. Deliver to and laydown on Base Portsmouth Virginia as directed by the QAE.





Option 1: Offeror shall provide installation hardware as follows:



1” IPS DR7 HDPE pipe 700 foot



Aircraft cable 316 SS 3/8” diameter 7x19 700 foot



Swaged eye for 3/8” cable 20 each



Turnbuckle toggle and swage 20 each



Washer, oversized for 5/8” bolt 1.375” OD, 316 SS 40 each







Contractor bid shall provide a separate cost for the base item and option items.





Reinforced plastic composite marine camel shall be comprised of a single cylindrical outer High-Density Polyethylene (HDPE) skin for abrasion resistance and reinforced with polymeric material inside for strength. The camels shall be comprised of a single cylindrical steel pipe core. The void inside shall be filled with polyurethane foam or suitable equivalent. All material used shall be suitable for the marine environment and resistant to corrosion. The camel shall have a round cross section cut flat on both ends. The camel shall have HDPE end plates seal-welded to each end of the camel. The camel body shall have vertical chain guide assemblies that allow holding chains to pass through, as required to hold the installed camel in position. The plastic composite marine camel shall be manufactured in a continuous process that will result in it having no joints. The plastic composite marine camel shall conform to the design requirements specified herein.





Dimensions: Dimensions for the reinforced plastic marine composite camel shall be as follows:

a. Length: 45 feet

b. Overall Diameter: 32 inches +/- 1 inch



c. Straightness (gap, bend or bulge inside while lying on a flat surface):

d. Outer Wall Thickness: 1-1/8 inches +/- 1/6 inch



e. Steel pipe core: 28 inches, Schedule 20.

f. Freeboard: 12 inches +/- 2 inches under the self-weight of the camel



g. Hawse Pipe Collar Diameter: 6 inches



h. Hawse Pipe Collar Thickness: 1 inch



i. Hawse Pipe Dimension: Nominal Pipe Size 3 inches, Schedule 80.





Central Strength Member: An internal steel core, which is of welded construction, fabricated in accordance with applicable AWS D1.1 welding procedures, will incorporate a tension member or other specified internal structure with appropriate end plates.





Outer Skin: The outer skin shall be abrasive resistant HDPE plastic. The plastic shall be mixed with the appropriate colorants (BLACK), UV inhibitors, and antioxidants.





Chain Guide Assembly: Hawse pipe shall be stainless steel (type 316) for corrosion resistance.

Assemblies shall consist of a pipe sleeve to allow a standard 5/8 inch galvanized proof coil chain to pass through the camel, position at each end of the camel.





Closed Cell Rigid Foam: The void inside the composite marine camel shall be filled with closed cell rigid foam approximately 2 pounds per cubic foot, throughout the entire length of the camel.





Camels shall be undamaged when delivered and shall be handled and stored so as to prevent damage, such as bending or abrading end fittings, cutting of rubber, or damage to coating of hardware. Protect fenders from exposure to damaging liquids, oils, greases and extended exposure to sunlight.





Camels that are delivered to the site in a damaged condition or that are not in conformance with this specification are subject to rejection. Any rejected materials shall be replaced with suitable materials, at no additional cost to the Government.





Provide installation instructions and manufacturer maintenance requirements.



Contractor shall provide data sheets for all, showing conformance with the specifications.





4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with (QAE) Hayden Heyer, (757) 284-6873 gary.h.heyer@uscg.mil .





5. DESIGNATED CONTRACTING OFFICER’S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer’s QAE representative and Point of Contact for this project Hayden Heyer, (757) 284-6873 gary.h.heyer@uscg.mil. Inquiries concerning any phase of the specification before or after award shall be made to Hayden Heyer, (757) 284-6873 gary.h.heyer@uscg.mil .





6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents.





7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer’s QAE representative of his intended start date. The work shall be done in accordance with the specification.





8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract.





9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer.





10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws.





11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner.





12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station’s regular hours, he may submit his request in writing to the Contracting Officer’s QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress.





13. UPON COMPLETION OF WORK: Contact the Contracting Officer QAE Representative to arrange for inspection/acceptance of work.





14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee’s full name, date and place of birth, current address and last four (4) of SSN. The Base Portsmouth Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor’s name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair.





15. SAFETY REQUIREMENTS:




  1. Responsibilities:

    1. All contractors working on CG Base Portsmouth shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Base Safety Officer prior to starting work.

    2. Written notification must be provided to the Base Safety Officer: Noah Reinhart (757) 483-8593 noah.w.reinhart@uscg.mil in their capacity as Base Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the Base, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Base Safety Officer.

    3. Copies of the following must be provided to the Base Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. A facility dig chit is required in addition to a Miss Utility dig chit. The systems on Base Portsmouth are not limited to what the City of Portsmouth has on file. In order to ensure electrical safety and integrity of systems, a facility chit is required.

    4. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on Base Portsmouth. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs.



  2. Rights:

    1. Every employee working on Base Portsmouth has the right to a safe and healthy work place. The contractor has the responsibility and right to stop unsafe work. QAE’s and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations.







16. ENVIRONMENTAL PROTECTION REQUIREMENTS:




  1. All contractors working on CG Base Portsmouth shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist, Jon Cooper (757) 483-8293 jonathan.a.cooper2@uscg.mil prior to starting work and must be in accordance with ICSPORTSVA INSTM5090.2, the Unit Environmental Guide.

  2. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Base Portsmouth. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment.

  3. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent.

  4. Hazardous materials used by a contractor are required to be disposed of by that contractor. Disposal must be in accordance with federal, state, and local guidelines.



#


















Attachments/Links
Contact Information
Contracting Office Address
  • 4000 COAST GUARD BLVD
  • PORTSMOUTH , VA 23704
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 12, 2023 11:08 am EDTCombined 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 >