Floating Crane Services to Support USS Frank Cable
Scope: The services and products to be provided under this Statement of Work (SOW) are to commercially lease the services of floating Yard Derrick (YD) crane with an attached load indicator (with a qu... Scope: The services and products to be provided under this Statement of Work (SOW) are to commercially lease the services of floating Yard Derrick (YD) crane with an attached load indicator (with a qualified crane operator), and standard deck crew to remove and re-install a 688 class Submarine Propeller and associated equipment. (Estimated weight of the Propeller and lifting rig is approximately 95,000 pounds). The delivery location of the YD crane will be aft of the tended unit that will be moored at Naval Base Guam, Pier location is TBD. The Government shall provide adequate space against determined pier to allow unrestricted swing of the crane. Security Note: The Contractor shall follow all security requirements and coordinate access to the security waterfront area with the Naval Base Guam’s Port Operations Department and Harbor Security Units. Safety Note: The Contractor shall follow all safety requirements in accordance with the NAVFAC P-307, and Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1; and follow all industry standards established by the Occupational Safety and Health Administration, American National Standards Institute, and American Society of Mechanical Engineers. The Government considers this to be a critical lift as defined by the NAVFAC P-307. Start Time and Billing Note: The Government’s normal business hours are 0800 to 2000. The crane shall be delivered to the Naval Base Guam’s Port Security Barrier at the mouth of the Inner Apra Harbor at the start of the business day for the actual day of performance listed on the contract award document. The crane shall depart Inner Apra Harbor upon completion of the work. Requirements: The Contractor shall provide a floating crane that is certified to support the required scope. The Contractor shall provide a qualified crane operator, appropriate management oversight, crane fuel, and any other necessary crane deck hand(s) labor to meet all of the requirements of the statement of work The Contractor shall provide a completed NAVFAC P-1 Form and all supporting documentation as required by the NAVFAC P-307. The Government will complete the NAVFAC P-2 Checklist prior to the lift. All work is to be completed within 15 days unless extended by the Contracting Officer. The Government intends to award the contract without anticipated overtime, but reserves the right to add any combination of overtime, extra straight time hours or days of service as needed at the Contractor’s proposed bid prices if problems occur (e.g. bad weather, test failure, or other unforeseen issue). The Contractor shall provide their hourly (straight time and overtime rates) to the Contracting Officer, as well as their daily and weekly service price rates for the work based on the scope of work and always charge the lowest advantageous lease time rate to the Government for final invoicing. (i.e. If the weekly lease rate is lower than several daily rates combined, the weekly rate should be charged). All Contractor personnel assigned to this project shall be able to pass the security requirements for access to Naval Base Guam. Contractor personnel shall have the proper Government access badges with them prior to entering the waterfront security perimeter area. The Contractor’s personnel shall be required to attend a post award, pre-lift meeting to discuss relevant details concerning security and access control to the base, provide certifications documents about the condition of the crane and qualification documents of the crane operator. The Contractor shall be responsible to clean up any environmental spills that are caused by their equipment leaking during the lease period, and at the sole decision of the Contracting Officer, may be required to reimburse the Navy for response costs associated with deploying the Navy Emergency HAZMAT Spill Response Team. During the entire lease period, the Contractor shall maintain their equipment in good operational condition at all times and at no additional cost to the Government after award. If an equipment breakdown, environmental leak, or other equipment problem occurs during the lease period that forces the project to stop, the Contractor shall work diligently to correct the problem as soon as possible and not charge the Government for the delay time. If the project is stopped due to weather related safety issues, the Contractor shall be paid at the normal standard lease rates for the unforeseen situation or Government induced delay. The contractor shall ensure the following safety devices are fully operational prior to attempting any production lifts. List & Trim devices, Wind Anemometer, Load Moment Indicators (or built in crane LMI), inspected Fire Extinguishers, Safety Life Rings, Hand Held Radios, and personnel lift vests and proper safety PPE. The contractor shall also certify that all of its crane (or other machine) safety devices are enabled and functioning properly, that all personnel working on the naval activity job site have been trained to not stand under or in the fall zone of a suspended load unless specifically allowed by USACE EM 385-1-1, and that operators have been trained to not bypass safety devices (e.g., anti-two block devices, LMI’s) during lifting operations. Require that the certifications be available on the crane or in the contractor’s on-site office for rigging operations readily available for government review. Contractor shall provide certification using the Figure P-1 from the NAVFAC P-307 that the operator is qualified and trained for the operation of the crane or machine to be used. Contractor shall require that all hooks used on cranes, hoists, other machines, and rigging gear shall have self-closing latches or the throat opening shall be "moused" (secured with wire, rope, heavy tape, etc.) or otherwise secured to prevent the attached item from coming free of the hook under a slack condition. Contractor shall require a critical lift plan for each of the following lifts: lifts over 75 percent of the capacity of the crane, hoist, or other machine (lifts over 50 percent of the capacity of a barge-mounted mobile crane’s hoists) at any radius of lift; lifts involving more than one crane, hoist, or other machine. The plan shall include the following as applicable: a.The size and weight of the load to be lifted, including crane (or other machine) equipment and rigging equipment that add to the weight. The OEM's maximum load capacities chart for the entire range of the lift shall also be provided. b. The lift geometry, including the crane (or other machine) position, boom length and angle, height of lift, and radius for the entire range of the lift. Applies to both single and multiple-crane/machine lifts. c. A rigging plan, showing the lift points, rigging equipment, and rigging procedures. d. The environmental conditions under which lift operations are to be stopped explained in detail (during high wind speeds, heavy surf heights, maximum list & trim, lightning, etc.). e. For lifts of personnel, the plan shall demonstrate compliance with the requirements of 29 CFR 1926.1431. f. For barge mounted mobile cranes, barge stability calculations identifying crane placement/footprint; barge list and trim based on anticipated loading; and load charts based on calculated list and trim specific to the barge the crane is mounted on. The amount of list and trim shall be within the crane OEM’s requirements. Contractor shall notify the contracting officer as soon as practical, but not later than four hours, after any WHE accident. Require the contractor to secure the accident site and protect evidence until released by the contracting officer. Require the contractor to conduct an investigation to establish the root cause(s) of any WHE accident, near miss, or unplanned occurrence. Crane operations shall not proceed until the cause is determined and corrective actions have been implemented to the satisfaction of the contracting officer. The contractor shall certify (See attached P-1) that the operators, riggers and company officials are aware of the actions required in the event of an accident as specified in the contract. Contractor shall provide the contracting officer a report for an accident or near miss within 30 days using the appropriate form provided (See attached accident report) consisting of a summary of circumstances, an explanation of root causes(s), photographs of damages (if available), and corrective actions to be taken. Possible Extension of Lease: Due to unforeseen circumstances, the Government reserves the right to extend the lease services past one day if needed, by award of a follow-up contract modification at the Contractor’s submitted quote prices. Contractor Deliverables The Contractor shall provide: Completed Figure P-1 prior to beginning work. Completed Critical Lift Plan in accordance with the NAVFAC P-307 requirements. The Government will be allowed 48 hours to review prior to scheduled lift. Government Furnished Property: The Government shall provide: a. 688 class Propeller lifting rig, rigging slings, shackles, and appropriate weight test certification documentation to contractor prior to lift (a list of equipment as well as certifications will be provided to Contractor). b. Navy personnel to assist contractors in properly aligning Propeller on shaft. Contractor Quality Control: The selected Contractor shall ensure the below listed items are met. a. The equipment delivery date is met. b.All requirements listed on the P-2 Checklist found in the latest edition of the NAVFAC P-307. c. The equipment is pre-serviced, is properly fueled, and operational before delivery to the site. d. Provide a Quality Control Manager available on site for the project during the actual crane lift. Government Quality Assurance: The Government shall provide quality assurance monitoring on site during the actual crane lift. Invoicing: The Contractor shall invoice using the Government’s on-line Wide Area Workflow (WAWF) payment system. The information for invoicing shall be provided with the contract award documents. Period of Performance: November 24, 2020 thru December 08, 2020
Data sourced from SAM.gov.
View Official Posting »