The RFP Database
New business relationships start here

Provide polishing and preservation services


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SCOPE OF WORK



1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials, and equipment as required to provide polishing and preservation services to main deck and 01 deck staircases, ladder wells/back and railing onboard CGC Rollin Fritch 1 Munro Ave. Cape May New Jersey 08204.


2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the Contractor shall commence work NLT twenty (20) days after notice to proceed and work diligently to complete the entire work ready for use by thirty five (35) working days after contract award. The completion date is dependent on the schedule of the Cutter. The Contracting Officer will amend completion date requirement if necessary due to ship schedule.


3. SCOPE OF WORK:


1. Provide aluminum polishing services to the 01 deck ladder (staircase) leading down to the mess deck. Polishing will include 3 (Steps) phase sanding, 3 phase (Steps) polishing and topped off with a ceramic pro coating with a 5 year unlimited warranty. Polishing services on the ladder will include the ladder, steps, ladder back, side walls and railing.


2. Provide aluminum polishing services to the main deck ladder (staircase) leading down to the 2 deck. Polishing will include 3 (Steps) phase sanding, 3 phase (Steps) polishing and topped off with a ceramic pro coating with a 5 year unlimited warranty. Polishing services on the ladder will include the ladder, steps, ladder back, side walls and railing.


3. Provide aluminum polishing services to the staircase overhead panel behind the 01 deck ladder (staircase). Polishing will include 3 (Steps) phase sanding, phase (Steps) polishing and topped off with a ceramic pro coating with a 5 year unlimited warranty.


4. Total square feet of area to be polished is approximately 90 square feet.


5. Work shall be done IAW SFLC Std. Specification 6310, Appendix B7 found at http://www.dcms.uscg.mil/Portals/10/CG-4/documents/SFLC/StandardSpec2012/SFLCStdSpec6310.pdf?ver=2017-05-15-154301-343 and attached to this solicitation.


6. It is in the best interest of the contractor to perform a site visit.


4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with EMCS Caraballo, James Engineer Petty Officer (EPO).


5. DESIGNATED POINT OF CONTACT: The Point of Contact for this project is EMCS Caraballo, James Engineer Petty Officer (EPO). Inquiries concerning any phase of the specification before or after award shall be made to EMCS Caraballo, James 787-668-9340.


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 specifications or related documents.


7. AFTER AWARD OF THE CONTRACT: The Contractor must immediately notify the Contracting Officer of their intended start date. The work shall be done in accordance with the specification.


7.1. The Contractor shall consider items in BOLD as having mandatory due dates. Items in italics are deliverables or events that must be reviewed and/or approved by the Contracting Officer prior to proceeding to next deliverable or event in this SOW.


SEE SOW.


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 unit's regular hours, must submit their request in writing to the Contracting Officer 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 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 Contracting Officer 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. TRACEN Cape May's Security Officer will be given a copy of the employee list and grant access 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:
a. All Contractors working on CGC Rollin Fritch shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration. Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work.
b. Written notification must be provided to the Station CGC Rollin Fritch Safety Officer, EMCS Caraballo, James Engineer Petty Officer (EPO) in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that change or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: A 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 unit, or 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 Safety Officer.
c. Copies of the following must be provided to the 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.
d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a Contractor on CGC Rollin Fritch. A Facilities Division representative is required for all Contractor Lock Out/Tag Out needs and shall be coordinated by the Safety Officer listed above.
2. Rights:
a. Every employee working on CGC Rollin Fritch has the right to a safe and healthy work place. The Contractor has the responsibility and right to stop unsafe work. 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:
a. All Contractors working on CGC Rollin Fritch 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 EMCS Caraballo, James Engineer Petty Officer (EPO), prior to starting work and must be in accordance with the Unit Environmental Guide.
b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation at CGC Rollin Fritch. 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.
c. 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.
d. 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.
#


 


christopher j. moulton, Email christopher.j.moulton@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP