SERMC - CRANE SERVICES WITH OPERATOR(S)
The Southeast Regional Maintenance Center is issuing this Sources Sought as a means of conducting market research to identify parties having interest in and the resources to support the upcoming non-p...
The Southeast Regional Maintenance Center is issuing this Sources Sought as a means of conducting market research to identify parties having interest in and the resources to support the upcoming non-personal services contract to provide a hydraulic rough terrain mobile crane operator services with crane. All work shall be performed at the Southeast Regional Maintenance Center (SERMC) on Naval Station Mayport, at Jacksonville, Florida. The Government's market research is based on FAR Part 10 and the result of the market research will contribute to determining the method of procurement. If your organization has the potential capacity to perform these contract supplies, please provide the following information: Organization Name, CAGE code, address, email address, web site address, telephone number, and size and type of ownership for the organization. Also, state whether or not your intention is to be a primary contractor or potential subcontracting. Responses are due no later than 10AM Eastern Time 13 January 2023. Sources Sought Notice CRANE SERVICES WITH OPERATOR(S) SOUTHEAST REGIONAL MAINTENANCE CENTER (SERMC) NAVAL STATION MAYPORT, FLORIDA 1. Background: This is a non-personal services contract to provide a hydraulic rough terrain mobile crane operator services with crane). The contractor shall perform to the standards in this PWS. All work shall be performed at the Southeast Regional Maintenance Center (SERMC) on Naval Station Mayport, at Jacksonville, Florida. 2. Period of Performance The period of performance shall be for one (1) year, four (4) option years and an option for a six month extension. Base Year 17 June 2023 – 16 June 2024 Option Year One 17 June 2024 – 16 June 2025 Option Year Two 17 June 2025 – 16 June 2026 Option Year Three 17 June 2026 – 16 June 2027 Option Year Four Option to Extend 17 June 2027 – 16 June 2028 16 June 2028 + 6 months (if executed) 3. Applicable Directives The contractor shall abide by all applicable Federal, State and Local regulations, and local policies and procedures. The contractor shall utilize the most recent revisions of all directives during the performance of this task order. Department of Defense Manual 1000.13 Volume 1 – DOD Identification (ID) Cards: ID Card Life-Cycle (DODM 1000.13-M-V1). NAVINST 5239.3series, SECNAV Manual-5239.2 NAVSTAMYPTINST 11260.1 series 29CFR1915.152 (b) (1) through (b) OPNAVINST 5100.23 series Occupational Safety and Health Act of 1970 OPNAVINST 5102.1 series OPNAVINST 5100.23 series NAVFAC P-307 4. Acronyms and Abbreviations SERMC CLIN NVFAC KO COR PWS DOD DON NTE CASREP QCP QC DBIDS NAVSTA EIN DISS CAC CUI OPSECPPE 5. Scope: Services include the provision of a hydraulic rough terrain crane operator and crane; all associated supplies (to include, but not limited to, fuel) and qualified operator(s) to be utilized onsite at SERMC to support ship repairs and other directed crane lifts as required. Crane and crane operation shall be in accordance with NAVFAC P-307 – Weight Handling Program Management. The period of performance shall be for one (1) base year of 12 months and four (4) 12-month option years, with option to extend 6 month in accordance with the CLINs. 5.1 Crane Operator(s): All crane operator(s) performing in accordance with this PWS shall be licensed in the operation of Category 1 cranes throughout the entire contract period in accordance with NAVFAC P-307. All operator(s) shall be able to read, write, and speak English fluently. The contractor shall not employ or enter into a contract with any person to perform work under this contract who is an employee of the U.S. Government, either military or civilian, unless such person receives approval in accordance with applicable Federal, Navy and DoD regulations. 5.2 Crane: The contractor shall provide one (1) Hydraulic Rough Terrain Crane, 100 Ton Capacity, with the following salient characteristics: minimum 5-section main boom length 39.4’-154.2’, minimum 2- stage bi-fold lattice jib length 33.2’ , and a maximum turning radius 2 wheel steer, 39’1”. To the maximum extent practicable, unavailability of the crane shall be coordinated in advance. The crane must not be unavailable for any period greater than six (6) hours. A replacement crane of equal or better performance specifications shall be provided within six (6) hours. 5.3 Meetings: The contractor shall attend the post award conference convened by the contracting activity. The crane operator(s) shall attend the 0700 daily work group meetings, Monday through Friday. 5.4 Training: The Crane operator shall participate in training candidates for RICs (rigger in charge), Signalmen and Safety Observers. Training will include crane lifts and material movements as directed by the candidates and overseen by Government trainers for the listed positions. Additionally, the crane operator will participate in training for the safety observer in the understanding of swing radius and counter weights is vital for crane operation. 5.5 Hours of Operation: Crane operator(s) will work 40 hours every week during the hours of 0700 -1530, Monday through Friday (excluding Federal holidays) except as noted in the following paragraph. Based on mission requirements, the operator(s) may work beyond those hours and/or on weekends and/or Federal holidays. The contractor shall have an operator(s) available to work seven (7) days a week for up to 16 additional hours each week to insure support for emergent and casualty report (CASREP) jobs. These hours, above and beyond the 40 hour work week, are to be ordered by the Contracting Officer (KO) or Contracting Officer’s Representative (COR) using the not to exceed (NTE) labor hour CLIN. If an operator is called in to work after normal hours, he/she shall report to SERMC within two hours of notification or as directed by the COR or KO. The contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. Stability and continuity of the workforce are essential requirements. 5.6 Delay and Disruption: Government and other contractor personnel will be working in common areas during working hours. Contractor performance shall not interfere with Government work in the area where any service or maintenance work is being performed. In the event the contractor believes that Government and other contractor personnel are interfering with the performance of the tasks described in this PWS, the contractor shall notify the KO immediately. The contractor is obligated to continue performance of the effort described in this contract unless there is authorization from the KO to stop work. Failure by the contractor to notify the KO and receive necessary instructions could result in denial of any additional costs incurred in performance of the contract under such conditions. 5.7 Points of Contact: The contractor’s contract administrator and crane operator(s) shall be designated in writing to the KO, to include 24/7 contact telephone numbers to be used by the KO and COR for notifications of emergent work, heavy weather conditions and base closures or delays. 5.8 Stop Work: At the direction of the Government, the contractor cease provision of services and will remove the crane offsite from NS Mayport within 24 hours. The COR or KO will provide direction to the contractor to return onsite at NS Mayport. Contractor shall return to NS Mayport with crane and operator within 24 hours of direction. 6. Quality Control Plan (QCP): The contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with this PWS. The contractor shall submit a QCP to the Government KO for review and approval within five (5) working days of contract award date. The plan shall discuss the contractor’s overall approach and procedures for evaluating the services contained in the PWS; communicating with the Government; resolving deficiencies; identifying potential improvements; and managing day to day operations. Results of any contractor internal QC inspections and corrective actions taken shall be made available to the Government for review throughout the performance of this contract. The Government may periodically require the contractor to update/revise the QCP based on any revisions to applicable Federal, Navy and DoD regulations that change procedures, to ensure quality service is maintained throughout the life of the contract. 6.1 The contractor shall submit a progress report to the COR no later than the fifth day after the end of each month of the period of performance. The report shall include a list of tasks completed by the crane operator required IAW the PWS, by date and hours of work performed. 7. Performance Requirement Summary Performance Objective Standard Acceptable Quality Level (AQL) Method of Surveillance Provide licensed operator(s) Operator(s) shall maintain a current crane operator license IAW NAVFAC P-307 and carry on his/her person during performance under this contract. 100% Random Surveillance Crane unavailability not longer than six hours Crane must not be unavailable for a period of greater than six hours. Replacement crane to be provided within six hours or NLT 0700 the next day 100% 100% Inspection Crane Operator to attend daily 0700 work group meetings Daily Monday through Friday, except Federal Holidays 100% Daily attendance Crane and operator to be on site and working Monday through Friday from 0700-1530 Eight hours periods Monday through Friday from 0700-1530 with a 30 min. Lunch, except Federal Holidays 100% Random Surveillance Operator on call 24/7, to report within two (2) hours when directed Operator must report within two (2) hours or as directed by COR if other than normal hours of operation as defined in the PWS. 100% 100% Inspection Invoicing Submitted monthly invoices are timely and accurate 100% 100% Inspection 9. Deliverables: CDRL Title CDRL # Frequency Medium/Format Submit To Safety Training Requirement A001 Initially & Annually Electronic/PDF KO, COR Progress Reports A002 Monthly Electronic/PDF COR Quality Control Plan A003 Award + 30 Days Electronic/PDF KO, COR Minimum Insurance Requirements A004 Award & Annually Electronic/PDF KO, COR 10. Security Requirements: 10.1 Citizenship Requirement U.S. citizenship is required for all contractor employees assigned to this contract. 10.2 Naval Station (NAVSTA) Mayport and SERMC Access Requirements Contractor personnel shall comply with all current badging and security procedures required to gain access to any Government site (e.g. DBIDS). Access to Naval Installation and sites may only be gained by obtaining a badge (either permanent or temporary) from the Installation Security Office. It is the Contractor’s responsibility to check for, and obtain changes and updated information at each installation on a continual basis. Further information can be found at: https://www.cnic.navy.mil/regions/cnrma/om/contractor_verification_system.html. For information regarding the Defense Biometric Identification System (DBIDS): http://dbids.dmdc.mil. 10.2.1 Defense Biometric Identification System (DBIDS) Credentialing Contractor employees assigned to the contract must undergo the DBIDS background vetting process, and be eligible to obtain a DBIDS credential from NAVSTA Mayport. SERMC will serve as the DBIDS sponsoring activity. In order to obtain unescorted access to Naval Station (NAVSTA) Mayport, contractors must obtain Defense Biometric Identification System (DBIDS) credentials. To obtain unescorted access to SERMC facilities as required by this contract, contractors must submit a Contractor Visit Request (SERMC 5220/2) to SERMC_MYPT_SECURITY@navy.mil. These processes are initiated through the SERMC Security Division and can be done simultaneously. If a contractor employee fails the DBIDS background screening/vetting process, the employee may apply for a waiver. It will be the responsibility of the employee to obtain a DBIDS Waiver Request Form from NAVSTA Mayport Security and provide it to their employer as notification. It is the responsibility of the contractor to initiate the waiver request process within 60 days of receiving a Waiver Request Form from the employee. The contractor shall submit all Waiver Requests Forms to the SERMC Security Division for processing and submission to the NAVSTA Mayport Security Office. The Commanding Officer, NAVSTA Mayport is the final waiver determination authority. NOTE: Failure to obtain DBIDS credentials shall exclude any contractor employees from performance of duties under this PWS. The exclusion of an employee for inability to obtain DBIDS credentials shall not relieve the contractor from performance of the services required under this contract. Contractor must also submit a complete the Department of the Navy, Local Population ID Card/Base Access Pass Registration (SECNAV 5512/1) Form to NAVSTA Mayport – Main Gate Visitor Control, during registration. Additional information that may also be required either before, or during the DBIDS registration process may include: Employee’s legal full name, date of birth, social security number, company name, address, phone number, and email address, contract number, contract date(s) of performance, employee identification number (EIN), a digital photo, fingerprints, and employee home address and phone number. 10.3 Contractor Visit Request SERMC Security Division uses the attached Contractor Visit Request (SERMC 5220/2) for processing request to the ships and SERMC. Do not use any other Contractor Visit Request form. The Contractor Visit Request is only for contractor that does not have access to Defense Information System for Security (DISS). If the contractor employees are not listed in DISS or the contracting company does not have access to DISS, the contractor FSO or designated representative shall fill out the Contractor Visit Request Form and submit the form to SERMC Security Division. If the contractor has access to DISS, contact your FSO or Security Management Office to submit a visit request via DISS to SERMC, which is the preferred method for submitting government or embedded contractor visit requests. Do NOT use any other Contractor Visit Request form for visiting SERMC (see Block 6) and blocks 7-9 are required to be filled in. The designated SERMC Point of Contact (POC) can be reached via email at: logan.d.barrett@navy.mil; O'Connor, Christopher C CIV USN SE RMC MAYPORT FL (USA)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »