Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

J -- Work to be performed consists of cleaning and degassing five (5) fuel storage tanks aboard the Mooring Barge 7401 at the Ensley Engineering Yard.

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-05-Q-0010
 
Response Due
3/11/2005
 
Archive Date
5/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-05-Q-0010 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 Rev (27). This acquisition is 100% set-aside for small business. The associated NAICS code is 56 2219 with $10.5M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. SPECIFICATIONS CLEAN & DE-GAS FUEL STORAGE TANKS ABOARD MOORING BARGE 7401 1. SCOPE The work to be done under these specifications consists of furnishing all plant, labor, materials, equipment, tools, etc., and executing the work called for herein for cleaning and gas freeing of five independent horizontal cylindrical fuel tanks. All work shall be performed on board the Mooring Barge 7401. All work shall be completed within 21 calendar days. 2. LOCATION Barge 7401 is moored along the docks located at Ensley Engineer Yard, 2915 Riverport Rd., Memphis, Tennessee, 38109, and Mile 4.0 McKellar Lake. Approved motor vehicles and equipment may be driven on the docks and parked adjacent to this barge. Dimensions, weight, various river stages and vehicle/equipment ground clearance are determining factors in approving their access onboard the Ensley docks. The normal working hours at this facility shall be 7:00 AM through 3:30 PM, Monday Through Friday except on Fed eral holidays. All work shall be performed during these hours. Points of contact are William Keel (cell 901 483-1247) or Boyd Mann (901 544 3059) 3. DESCRIPTIONS 3.1. MOORING BARGE 7401 DIMENSIONS Length (Molded)&&&&&&&&..400 Feet Beam (Molded)&&&&&&&&&45 Feet Depth @ Centerline&.&&&&&&..9.5 Feet Depth @ Port and starboard sides&&..9 Feet (Barge has five (5) independent diesel fuel storage tanks located below main deck) 3.2. INDEPENDENT FUEL TANKS (Total of 5 horizontal tanks) Tanks are all positioned horizontally and are identical in construction, dimensions and capacity. Each tank contains ten (10) internal baffle plates spaced 30 inches apart with a 36 inch square opening in the center of each baffle plate. There is one bol ted manhole access midway on the tank side and positioned at 45 degrees from tank top with an 18 clear opening. See tank construction drawings attached to these specifications. Tank diameter&&&&&&&..7 ft. Diameter Tank overall length&&&&.27.5 ft. Length Tank capacity is approximately 7,800 gallons 4. TANK ACCESS Each tank is located in a separate watertight compartment (void space) below the main deck of the mooring barge. Entry into these compartments may be gained by the use of an 18 deck hatch (manhole) and via stairways and through watertight doorways from ad jacent compartments. 5. GOVERNING REQULATIONS Contractor shall at all times adhere to the U.S. Army Corps Engineers, SAFETY AND HEALTH REQUIREMENTS MANUAL, (EM 385-1-1). If necessary a copy of EM-385-1-1 shall be provided, for loan, at Contractors request. Contractor shall also maintain a strict ad herence to all Federal, State and Local Laws applicable to this work. This includes all Federal codes, rules and regulations such as found in the CODE OF FEDERAL REGULATIONS, (CFR) Title 29, 46 and 33, current editions). 6. CLEANING AND GAS-FREEING. Upon the acceptance of this contract all remaining diesel fuel, and waste products become the property of the Co ntractor. 6.1. WASTE REMOVAL Contractor shall, at his/her expense, remove and properly dispose of all residual diesel fuel, water, and sludge and solid waste products from all five (5)-diesel fuel storage tanks. Contractor shall comply with all Federal, State and Local laws, rules and regulations concerning the removal, containing, storing and proper disposal of all waste collected from this barge. 6.2. CLEANING AND GAS-FREEING Work shall consist of thoroughly degreasing and cleaning all five (5)-fuel storage tanks. This includes all internal baffle plates and structural members. Operations shall also include cleaning all hatchways, bottom piping up to the tank shutoff valve. At the completion of cleaning operations all tanks shall be clean, wiped down, dried, rendered gas-free and safe to enter without the use of a personnel respirator. 7. INSPECTION AND ACCEPTANCE The work will be conducted under the general direction of the Contracting Officer and is subject to inspection at any time by his appointed COR and/or inspectors to insure strict compliance with the terms of these specifications. Contractor shall notify th e government upon completion of all work and that each tank is ready for inspection. Contractor shall provide government inspectors with adequate lighting and insure that the barge is Gas-Free and safe for inspection personnel to enter all confined spaces without the use of a personnel respirator. Government inspectors shall make a visual inspection of the interior of each tank at that time. When final inspection has been satisfactorily completed and all work is found to be in conformity with these specific ations work will be formally accepted by the Contracting Officer for and in behalf of the Government. ***MAPS & DRAWINGS ARE AVAILABLE UPON REQUEST. DATE: WORK IS TO BE COMPLETED ON OR BEFORE 30 MARCH 2005. END SPECIFICATIONS Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1  Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2  Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms and ConditionsComme rcial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilit ies; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1 965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail , or delivery by 11 March 2005 no later than 2:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-05-Q-0010 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax ( 901) 544-3710, email address Celestine.g.evans@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN00764806-W 20050310/050308212528 (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.