Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

34 -- Purchase/Installation of Double Wall Tanks

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00102 Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0010205Q0910
 
Response Due
8/12/2005
 
Archive Date
9/11/2005
 
Description
This is a combined synopsis/solicitation for the purchase/installation of (8) Eight each double wall tanks. This specification covers the requirements for the installation of eight double-wall above ground tanks to replace existing single-wall tanks at following locations: DD#1 load house-100 gallon capacity, DD#2 load house 100 gallon capacity, DD#3 load house 100 gallon capacity, NR-1 load house 275 gallon capacity, DD#1 pump well generator 275 gallon capacity, DD#2 pump well generator 275 gallon capacity, DD#3 pump well generator 275 gallon capacity, Building 243 generator 275 gallon capacity. The tanks shall meet or exceed all local, state, and federal regulations in effect at the time the bid offering are made. Basic fabrication standards for all tanks and/or features, components, construction details, labeling, and testing shall conform, unless otherwise specified, to meet the requirements as a UL-80 and/or UL-142 listed tank. Tanks shall comply with NFPA30. The ! tank shall consist of an inner primary tank and an outer secondary tank capable of holding 110% of the primary containment. The tanks shall include but not limited to the following: FEATURE COMPONENTS: Primary inner steel storage tank surrounded by another tank that provides 110% secondary containment of the primary volumetric capacity. A visual method (Level Gauge) of detecting the primary tank liquid level. Properly sized emergency vent for primary tank Secondary Containment Inspection Port or interstitial space leak detection indicator. Properly sized emergency vent for secondary tank Connections to periodically test the integrity of the primary and secondary containment, if emergency vents cannot be used for testing. Fuel Oil Cooler with temperature switch to reduce temperature of hot fuel that is returned from the engine to the tank, where applicable. Tanks shall be pressure tested. Contractor shall provide: Pressure test certifications, Maintenance Manual, and Technical drawings upon installation. Fuel in old tanks shall be removed and disposed of through the Shipyard Hazardous Waste Storage Facility (HWSF). Drums for the fuel shall be provided by the HWSF. Any additional piping required to connect tanks shall be supplied and in accordance with NFPA 31. DD#1, DD#2, and DD#3 load house tanks shall be emptied and vented, piping disconnected and blanked off, and the tank shall be left in place. The remaining five tanks shall be completely emptied to the point of no visible residue, and sent to the Shipyard Defense Reutilization Marketing Organization (DRMO) for disposal. Only one load house or pump well generator can be off-line at any one time. Installation of the double-wall tank will require utility outages approved by Project and Boat Commanders, which shall be coordinated through responsible Shipyard personal, previously identified. This solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; and a written solicitation WILL NOT be issued. This announcement is issued as request for quotation N00102-05-Q-0910. The standard NAICS classification is 332420. This quotation incorporates provisions and clauses effective through Federal Acquisition Circular 2001-26 effective December 30, 2004 and January 19, 2005 and FAC 2001-27. Pricing shall be FOB Destination (Portsmouth Naval Shipyard,Kittery, Me.. The provisions at 52.212-1, Instructions to offerors ? Commercial, applies to this acquisition. Offerors are requested to include a completed copy of the provision at 52.212-3 and 252-212-7000, Offeror Representations and Certifications ? Commercial Items, with quotations. The following clauses/provisions apply to this acquisition: 52.212-4, 52.212-5), and DFARS 252.212-7001. (! Note: Federal Acquisition Regulation (FAR) text is available at http://www.arnet.gov/far.) Quotations shall include the vendor?s cage code, DUNs number, TIN (taxpayer identification number). Quotations shall be on company letterhead in company format and may be faxed to (207) 438-1251 ATTN: Robert Seaward. Or e-mailed, mailed/delivered to Portsmouth Naval Shipyard, Contracting Division, BLDG 153, 6th Floor, Code 533.3S, Portsmouth, NH 03801-2590 and are due no later than August 12, 2005 at 3:30 PM Local time. POC: Robert Seaward, Contracting Specialist, at (207) 438-3877 or e-mail: seawardrt@mail.ports.navy.mil. Quotations shall be evaluated on price and past performance (Red/Yellow/Green System Source Selection Evaluation). Award shall be made to the responsive, responsible offeror quoting the lowest overall evaluated price. The prospective awardee must be registered with Central Contractor Registration (CCR) prior to award. For more information on CCR, call 888-227-2423 orlog on to www.ccr.dlis.dla.mil
 
Record
SN00860641-W 20050804/050802212750 (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.