Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

91 -- INSPECTIONS, REPAIRS, TESTS AND CERTIFICATION OF FUEL SYSTEMS - : The work includes all materials, labor, tools and supervision to Make repairs, perform leak detection inspection/test on the existin

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Key West, Naval Air Station Building A-718, Key West, FL, 33040
 
ZIP Code
33040
 
Solicitation Number
N62467-04-Q-2728
 
Response Due
7/30/2004
 
Point of Contact
Jean Tarlton, Contracting Officer, Phone 305-293-2841, Fax 305-293-2631, - Jean Tarlton, Contracting Officer, Phone 305-293-2841, Fax 305-293-2631,
 
E-Mail Address
tarltonjc@efdsouth.navfac.navy.mil, tarltonjc@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lump Sum INSPECTIONS, REPAIRS, TESTS AND CERTIFICFFPINSPECTIONS, REPAIRS, TESTS AND CERTIFICATION OF FUEL SYSTEMS - : The work includes all materials, labor, tools and supervision to Make repairs, perform leak detection inspection/test on the existing leak detectors. The work also includes the Contractor to perform yearly inspections of above ground fuel tanks as required by FAC 62.761(640.3D 1B).FOB: Destination 1. STATEMENT OF WORK INSPECTIONS, REPAIRS, TESTS AND CERTIFIC FFP INSPECTIONS, REPAIRS, TESTS AND CERTIFICATION OF FUEL SYSTEMS - : The work includes all materials, labor, tools and supervision to Make repairs, perform leak detection inspection/test on the existing leak detectors. The work also includes the Contractor to perform yearly inspections of above ground fuel tanks as required by FAC 62.761(640.3D 1B). ACTIVITY LOCATION: NAVAL AIR STATION KEY WEST, KEY WEST, FLORIDA 2. GENERAL PARAGRAPHS 1. GENERAL DESCRIPTION: The work includes all materials, labor, tools and supervision to Make repairs, perform leak detection inspection/test on the existing leak detectors. The work also includes the Contractor to perform yearly inspections of above ground fuel tanks as required by FAC 62.761(640.3D 1B). The Contractor shall be licensed by the State of Florida to perform maintenance/inspections of fuel tanks. 2. DRAWINGS/SKETCHES: The following drawing(s)/Sketches accompany this project description and are a part thereof. Drawings/Sketches are the property of the government and shall not be used for any purpose other than that contemplated by this project. DRAWING/SKETCH TITLE NA 3. SPECIFIC DESCRIPTION: The Contractor shall supply a written report (3 copies) to the Contracting Officer. The report shall contain the certification and condition findings at each tank and system. The Contractor shall perform the required work at the following sites: A. NAS Boca Chica 1. NEX Gas Station: a. Perform product line compliance test. b. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. c. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. d. Install and install new OMNITEC fuel alarm system. 2. FAA (Bldg. A-4173) Tank: a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. c. Provide and install new Pnuemicator LC1001 leak console. 3. NOAA Site Tank: a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 4. Tower (Bldg. A-230) Tank: a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 5. Tower (Bldg. A-4085) Tank: a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 6. Public Works Compound (A-419D): a. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 7. Public Works Compound (A-419E): a. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 8. Tank Farm (A-924) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 9. Tank Farm (A-925) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 10. Tank 1103R (Bldg. A-1103) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 11. Tank 1104 (Bldg. A-1104) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. B. SIGSBEE PARK 1. NEX Gas Station a. Perform product line and underground tank compliance test. b. Provide and install three UST containment sump lids. 2. Marina a. Perform product line compliance precision test. b. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. c. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. C. TRUMBO POINT ANNEX 1. C-1 Hanger (Rear of Bldg.) d. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. e. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 2. C-2076 (Rear of Bldg.) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. D. FLEMING KEY 1. F01 (Special Forces) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. c. Provide and install new Pnuemicator LC1001 leak console. 2. F02 (Special Forces boat ramp) a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. c. Provide and install new Pnuemicator LC1001 leak console. d. Provide and install one pressurized vent cap. e. Provide and install one 8 inch diameter emergency vent. E. Truman Annex 1. JIATF South (Bldg. 290 E) a. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 2. JIATF South (Bldg. 290 R) a. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 3. JIATF South (Bldg. 291) Provide Certification only. 4. JIATF (Bldg. 1279) a. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. F. Saddle Bunch Key (Transmitter Facility) 1. Bldg. J-1563 a. Provide and install new Krueger leak and fuel level mechanical gauge heavy-duty tops. b. Provide and install NFPA 30 A placards on AST to accommodate tank ID requirements. 4. LOCATION: The job site is located at various sites on the Naval Air Station Complex, Key West, Florida. 5. EXAMINATION OF PREMISES: Prior to submitting quotations, contractor?s are expected to inspect the job site and to satisfy themselves as to the general and local conditions that may effect the cost of performance of the work to the extent that such information is reasonably obtainable. a. Site visit(s) for this job will be conducted according to the following schedule: Date and Time: NA Date and Time: NA 6. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: a. Prior to beginning any work, the Contractor shall meet with the Contracting Officer in order that an approved schedule and sequence of work may be arranged, This meeting shall be held within 14 calendar days after date of purchase order. b. All work, including final cleanup must be completed within 75 calendar days after the award date. The Contractor agrees to prosecute the work with sufficient diligence to ensure completion within the time specified. c. All work shall be accomplished between the hours of 7:30a.m. and 4:30p.m., Monday through Friday (excluding Federal Holidays) unless other times are specifically pre-arranged with the Contracting Officer?s representative. 7. SAFETY PROGRAM: Implement a Safety program conforming to the requirements of Federal, State, local laws, rules and the USACOE EMH 385-1-1. Work cannot proceed until the Safety program has been submitted by the Contractor and approved by the Contracting Officer. 8. INQUIRIES: All inquires concerning any phase of this project shall be made to the Contract Specialist at the SOUTHDIV Contracts Office, Naval Air Station, Key West, Florida; telephone (305) 293-2069. Contractors may be required to submit their questions in writing. 9. STATION REGULATIONS: The Contractor and his/her employees and Sub-contractor(s) shall become familiar with any and obey all Station Regulations, including fire, traffic and security regulations. All Contractor personnel shall keep within the limits of the work (and avenues of ingress egress) and shall not enter any restricted areas unless required to do so and are cleared for such entry. The Contractors and Sub-contractor?s equipment shall be conspicuously marked for identification. 10. SECURITY REQUIREMENTS: Gate permits in to the Naval Air Station Complex can be obtained only at the Pass and ID Office, Bldg. A-641, Main Gate, Naval Air Station, Boca Chica, Key West, Florida, and then only by an authorized representative of the Contractor. The following information must be provided by each individual: Name, Date of Birth, and Local Address. Only individuals who have the legal right to work in the United States will be issued permits. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO INSURE EMPLOYEES APPLYING FOR PERMITS PRESENT LEGAL, LEGIBLE AND UNEXPIRED DOCUMENTATION (BIRTH CERTIFICATES AND SOCIAL SECURITY CARDS, ETC). Vehicle Permits require documentary proof of liability insurance coverage and all pertinent identification/description: such as manufacture?s Model, Body type and engine number. 11. SAFETY AND HEALTH REQUIREMENTS: The provisions of the Department of the Army, Corps of Engineers? ?Safety and Health Requirements Manual? (current edition) shall apply to the work under this Contract. A copy of this Manual may be examined at the SOUTHDIV Contracts Office. Copies of this publication may be obtained upon application, accompanied by money order, coupon or cash to the Superintendent of Documents, Government printing Office, Washington, D. C. 20401. 12. CLEANUP: The Contractor shall at all times keep the work area free from accumulations of waste materials. Combustibles shall be removed daily. Before completing the work, the Contractor shall remove from the work area and premises any rubbish, tools, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. 13. DISPOSAL: All generated waste shall be removed off Government property and disposed of in accordance with all local, State and Federal regulations at the Contractor?s expense. 14. COOPERATION WITH OTHER CONTRACTORS: Attention is invited to the fact that other Contractors may be engaged in similar and supporting work requiring close cooperation. The Contractor shall cooperate and schedule his work to avoid conflict with and interruption of the work of others insofar as practical. In the case of conflicts with other Contractors that cannot be resolved satisfactorily, the matter shall be referred to the Contracting Officer for decision, and such decision shall be final, subject to right of appeal in accordance with the terms of this contract. 15. MINOR WORK AND MATERIALS: Minor materials and work not specifically mentions herein but necessary for the proper completion of the specified work, shall be furnished without additional cost to the Government. 16. UNFORESEEN MAJOR REPAIRS: Should deteriorated material of a major nature be uncovered in the course of the work, it shall be brought to the attention of the Contracting Officer. All repairs shall be made only as directed in writing, by the Contracting officer. Any additional work that may increase the original cost of this contract must be approved and funded prior to executing of same. 17. EXISTING WORK; Operations affecting existing work shall be executed with care so as not to damage work in place; and all existing work damaged by such operations shall be rectified or be replaced without additional cost to the Government and be satisfactory to the Contracting officer. 18. UTILITIES: All reasonable amounts of electric and water service will be made available to the Contractor by the Government from the nearest suitable and available connection. 19. INTERRUPTION OF UTILITIES SERVICES: No interruptions shall occur, unless scheduled with and approved by the Contracting officer in advance as to time and duration of such interruption. 20. DRUG ABUSE BY CONTRACT EMPLOYEES: It has been determined that the illegal possession and use of drugs and paraphernalia by civilian and contract employees in the Military setting contributes directly to widespread military drug abuse and undermines command efforts to eliminate drug abuse among military personnel. Every effort will be made to deter and detect drug offenses by civilian and contract employees on military installations. Measures to be taken to identify drug offenses and paraphernalia include routine, random inspection of vehicles on entry and exit, with drug detection dog teams, when available; and random inspection of personal possessions on entry or exit. Where there is probable cause to believe that civilian or contract personnel on a military installation has been engaged in use, possession or trafficking of drugs, that employee may be restricted or detained for the period necessary until the employee can be removed from the installation or can be turned over to local Law Enforcement authorities having jurisdiction, when appropriate. In any event, civilian or contract employees suspected of committing a drug offense on the Military installation may be removed therefrom at the earliest opportunity. When illegal drugs are discovered in the course of an inspection or search of a vehicle operated by a civilian or contract employee, the employee and the vehicle may be detained for a reasonable period of time necessary to turn the employee and the vehicle over to appropriate civil law enforcement officials, and action may be taken to suspend, revoke or deny installation driving privileges. Implicit with the acceptance of this Contract is the Contractor?s agreement to comply with all Federal statues, laws and regulations, including those regulations issued by the Commanding Officer of Naval Air S, Key West, Florida, 21. STORM PROTECTION: Should warnings of wind of Gale force or stronger be issued, the Contractor shall take every practical precaution to minimize danger to persons, to the work, and to the adjacent property. These precautions shall include removing tools, material and equipment from exposed locations, and removing or securing other temporary work.
 
Place of Performance
Address: NAVAL AIR STATION KEY WEST, FLORIDA
Zip Code: 33040
Country: USA
 
Record
SN00632339-W 20040730/040728212739 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.