Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOURCES SOUGHT

H -- LEAK DETECTION, INSPECTION, TEST AND CERTIFY

Notice Date
8/17/2006
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street Bldg 449, March ARB, CA, 92518-1650
 
ZIP Code
92518-1650
 
Solicitation Number
F5F3CV6205A200
 
Response Due
8/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 PURPOSE The scope of this purchase order is to retain the necessary services to comply with the tank operating permit condition of the Riverside County Department of Environmental Health Agency. v The work consist of annual inspection, testing, calibration and certifying that the listed tank levels, the leak detection systems, and the spill/overfill containment box at various locations base wide are operating in a safe, proper and proficient manner that complies with the Federal (40CFR280) and the California Underground Storage Tank (UST) Regulation (23CCR Chapter 16, Division 3) and all subsequent amendments thereof. v It involves troubleshooting, repairing and/or replacing deficient items as needed. A line test will be required for all tank-associated pressurized pipings. v The Contractor will also respond to activated alarm on the leak detection systems as required and provide necessary services to return the system to normal operating condition. v The Contractor shall provide test, repair, and disposal and retest services for all other secondary containments than the spill box upon the Government?s request. v The Contractor shall provide prompt service calls upon the Government?s request. 2.0 REQUIREMENTS 2.1 The Contractor shall furnish all permits, plans, labor materials, equipment, transportation, and appliances necessary to inspect, test, calibrate, troubleshoot, repair, and certify that the spill/overfill containment, the level and leak detection systems at various tank locations base wide, are operating as designed and in accordance with the manufacturer specification, the above-reference regulations and approved industry standards. 2.2 Permits, Licenses and Training Certification Submittal: The Contractor shall be a current Contractor State License Board?s (CSLB) licensed tank tester, licensed tank installer, licensed service technician, licensed UST operator, and meet the licensing, training and certification requirements of Subsection of 2715 (g) (h) (i) of the California Regulation. The Contractor shall provide evidence of current licenses, training and qualification to test each monitoring unit meeting the requirements of Subsection 2715. Copy of International Code Council (ICC) certification and manufacturer?s certifications of training for each system component shall be submitted to the base Contracting Officer for transmittal to the Environmental Office PRIOR to conducting any on-site test and within 30 days of issuance of the Notice to Proceed. (a) The Contractor shall apply and obtain all permits necessary to perform the work, include and not limited to the base access badges, the base Fire Department hot work, the base digging permit, and applicable Riverside County DOEHS and/or SCAQMD permit, as required. These permits must be in place prior to the start of work. 2.3 Equipment/Manufacturer Table: The site-specific monitoring system information is provided in the Appendix. The Contractor shall verify and update the information as necessary based on site conditions and any changes that may occur. The updated Table 2 in the Appendix shall be provided to the Government along with the test procedures submittal. 2.4. Test Procedures: The Contractor shall prepare and provide to the Government test procedures meeting the minimum requirements detailed below. (a) Monitoring Components? Test Procedure: The test procedures used shall follow established and approved protocol set by both the U.S. Environmental Protection Agency (EPA) and the California Water Resources Control Board for all monitoring components encountered. The test must also meet the regulatory requirements that that each component (a) was physically tested, (b) is State-approved listed equipment, and (c) has the required probabilities of detection and false alarm. The test shall be conducted in accordance with Section 2636, 2638 and other pertinent sections of the Regulation. (b) Spill/Overfill Containment Test Procedure: The Contractor shall use test procedures that demonstrate that the systems performed at least as well as it did upon installation. It shall be performed in accordance with manufacturer?s guideline or standard and comply with AB2481, Section 2637 and other pertinent sections of the Regulation. Where there is no such standard, it must be tested using applicable method specified in an industry?s code or engineering standard. If there are still no applicable manufacturer?s guidelines, industry codes, or engineering standards, a test method approved by a state registered professional engineers shall be used. The selected test method shall be clearly identified and written procedure shall be submitted to the Government for review and approval. (c) A line tightness test will be conducted for all tanks installed with double-walled piping, operating under pressure; and a certification of line integrity shall be provided to the Government on the attached Riverside County Line Integrity test form. The test must be able to detect a leak of 0.1 gallon per hour from the primary containment when the line pressure is 1.5 times normal operating pressure with at least a 95 percent probability of detection and not more than a 5 percent probability of false alarm at the test pressure. If the test is performed at pressure lower than 1.5 times operating pressure, the leak rate to be detected must be correspondingly lower. The line leak detectors shall be tested in-place, not removed and documented on the attached Riverside County Line Leak Detector test form. 2.5 Tag: The Contractor shall affix a tag/sticker in a readily visible location on each monitoring equipment component that is being certified, repaired, or replaced and shall include the service date and the Contractor?s license number. 2.6 Reports Submittal: The Contractor shall submit a completed State and County forms for each monitoring panel and components IAW the delivery schedule below. These forms are the Monitoring System Certification and Site Map Form, the Riverside County Tank/Line Integrity Test Report, the Leak Detector Testing Form, the Secondary Containment Testing Form and all applicable attachments associated with these forms for each system. The Contractor will submit three (3) sets of copies of all correspondence, test results, certification, and deficiency and recommendation correspondence to the base Environmental Office (452 MSG/CEV) no later than 10 days from the test date. The Draft report and forms or equivalent documentation shall due to the Government the same day of service. The Final report and required forms shall be submitted in both electronic and hard copy no later than 10 days from the test date. 2.7 Repair and Certification: For each site monitoring system where deficiency is noted or a fail inspection or test has occurred, the Contractor shall provide a detailed cost estimate submittal to replace or repair the failed component. The Contractor shall provide this submittal to the base Environmental Office for review and approval no later than 10days from the inspection or test date. (a) All parts and/ or equipments used in the repair and replacements shall be new, better or equivalent to the original parts and/ or equipments. The selected parts and/ or new systems must be on the latest version of the California State-approval list. (b) The Contractor shall submit documents not limited to manufacturer brochure, technical specification, part?s receipt, installation instruction associated with the selected parts and/or equipments replaced to Environmental Office. (c) Permits: The Contractor will prepared all work plan, complete all application, and obtain all required permits by the local agencies or Districts as needed prior to installing any new monitoring systems or components not limited to Riverside County Department of Environmental Health and the South Coast Air Quality District. Prior to any digging operations, the Contractor shall also obtain a base digging clearance permit (AF Form 103). Upon the Government?s acceptance of the recommendation and estimate, the Contractor shall immediately repair or replace deficient items, retest and certify that the new component and the entire system is operable in according with manufacturer?s instruction and in compliance with all Federal, state and local regulatory requirement. 2.8 Secondary Containment Liquid Management: The Contractor shall handle and dispose of any waste or water generated during the performance of work in a manner complying with all environmental regulations resulting in no adverse impact to the base. The Contractor shall identify and obtain approval from the base on the manner in which the containment liquid will be drained from the secondary containment system and managed not limited to labeling, storage, sampling, and testing and disposal method. For product tanks, the product material shall be considered for use as test liquid upon approval from the both the base and the regulatory agency. No water or waste generated shall be discharged on base without authorization from the base Environmental Officer. 2.9 Follow- Up Service Calls: The Contractor shall respond up to 12 service calls after the systems certifications have been issued. Service call will be respond within the same day and no later than 24 hr after contacted by the Government. The Contractor will provide an estimate cost to provide necessary services to return the system to normal operating condition within 10days of the site visit. The Contractor shall obtain Government?s approval prior to proceed, and the Government shall be provided with daily update progress report and schedule until the system is back in service. 3.0 LOCATION: The work will be performed at March ARB. 3.1 The monitoring systems are installed at building B437 (3-tanks), B479 (1-tank), B485 (3-tanks), B602 (1-tank), B1215 (3-tanks), B1241 (1-tank), B1250 (1-tank), B1270 (2-tanks), B2205 (1-tank), B2320 (1-tank), B2327 (1), and B2500 (1-tank), totaling 12 sites on base. 3.2 The Contractor shall performed annual maintenance test certification at facilities 437, 485, 602, 1215, 1250, 1270 and 2320, the annual spill containment test at product tank facilities, and the line test at fac 437 IAW Sec 2636, 2637, 2638 and applicable sections of CCR Title 23. All level and leak detection sensors will be tested at the above monitoring locations. Based on the site inspection and test results, a detailed report shall be prepared for all major repairs and the associated cost per monitoring system per site. 4.0 WORK HOURS: Normal work hours are Monday through Friday, 0800 ? 1700, except Federal holidays. Many areas on March ARB are restricted access. Should entry into such areas be necessary, coordination with the Security Force can be accomplished via Civil Engineering Environmental. 5.0 SAFETY: The Contractor shall adhere to all applicable OSHA regulations, AFOSH policies and appropriately prescribed work methods and procedures. The Contractor shall be trained and certified as qualified to perform confined space entry work. The Contractor is responsible for compliance with all applicable health and safety regulations when performing the works. Upon request from the base Safety Office, the Contractor shall obtain a base confined space entry work permit and notify the base Fire Department prior to entry of any confined space. 6.0 EMERGENCY: All emergencies must be reported to the base Fire Department, (951) 655 ? 2075 or 911. When calling 911, the caller must ask for March Air Reserve Base Fire Department to get the base Fire Department. 7.0 PERFORMANCE SCHEDULE 7.1 Evidence of qualification shall be submitted to the Government no later than ten (10) days after the issuance of the notice to proceed (NTP) unless notified otherwise. 7.2 The Contractor shall notify both the base Environmental Office at 951/655-5065 (Ms. Nguyen) and the Riverside County Hazardous Materials Division at 951/358-5055 (Mr. Schleicher) at least 48 working hours in advance to schedule for any on-site test and base access. Personnel not limited to those from the base and the Riverside County Department of Environmental Health may witness/observe the work. 7.3 The Contractor shall complete the required task in accordance with the delivery schedule below. The Government shall have at least ten (10) working days to review and accept all deliverables. DELIVERABLES SCHEDULE ITEM NO. DELIVERABLE DUE DATE SUBMITTALS BEFORE ON-SITE TESTING 1 v Copy of applicable State Contractor?s License and Manufacturer?s training certification for each monitoring systemsv Base Access application NLT 10 days after NTP 2 v Test Procedures andv Equipment?s Manufacturer Update Table NLT 10 days after NTP 3 Certification and permit for confined space if required NLT 5 days after NTP. SUBMITTALS AFTER ON-SITE TESTING 4A DRAFT - Monitoring System Certification Form, Riverside County Tank/Line Integrity Test Report, Leak Detector Testing Form, Secondary Containment Test Form, and all applicable attachments associated with each forms for each systems. Same day as test date 4B FINAL - Monitoring System Certification Form, Riverside County Tank/Line Integrity Test Report, Leak Detector Testing Form, Secondary Containment Test Form, and all applicable attachments associated with each forms for each systems. 10 days from the test date 4 If Applicable - Riverside County Secondary Containment Testing Report Form in Draft and Final SEE 4A AND 4B 5 Certification on the Company letterhead for each unit serviced and tested NLT 10 days after the last test date 6 If Applicable ? A Deficiency report with recommendations for repair including an itemized cost estimate and an estimate schedule for completion of the repair and retest. NLT 10 days from the test date 7 If Applicable ? Analytical and disposal document (i.e., manifest) for water/waste generated NLT 30 days from the test date 8 Invoice & Supporting Documents NLT 30 days from completion of service SUBMITTALS IF REPAIR IS REQUIRED 9 If Applicable ? Permit obtained from the Riverside County Dept of Environmental Health, South Coast Air Quality District, etc. To be determined (TBD) 10 If Applicable ? Literature and documents for proposed CA approved replaced parts and equipments To be determined (TBD) 11 If Applicable - AF 103 base digging permit Prior to any digging APPENDIX Table 1. Equipment Specification a BLDGNO. NUMBER OF TANKS SENSOR PROBE SPILL/OVERFILL CONTAINMENT UST (13) OWS (6) TYPE NUMBER TYPE NUMBER YES NUMBER NO 437 3 LIQUID 9 TLM LD2000 (Footnote b) 3 X 3 479 1 LIQUID 1 Footnote c 1 X 485 2 1 LIQUID 5 Footnote c 1 X 602 1 LIQUID 2 1 X 1 1215 3 LIQUID 6 TLM LD2000 (Footnote b) 3 X 3 1241 1 LIQUID 2 Footnote c 1 X 1250 1 LIQUID 2 1 X 1270 2 LIQUID 4 X 2320 1 LIQUID 2 Footnote c 1 X 2205 1 LIQUID 1 Footnote c 1 X 2327 1 LIQUID 1 Footnote c 1 X 2500 1 LIQUID 1 Footnote c 1 X Total: 12 Monitoring Systems Total: 3 LLDs (active) Total: 3 Sites Footnote a: The Contractor shall verify the information based on actual site condition and update as necessary. The Contractor shall test all required components if present on-site for certification. Footnote b: If no product is available, no line tightness test shall be performed. Footnote c: Dual floats level probe. APPENDIX Table 2. Manufacturer Information a BLDG No. NO. OF TANKS MANUFACTURER MODEL MANUFACTURER ADDRESS & PHONE 437 3 Arizona Instruments Soil sentry 17 TLM 803A Serial # 001840 4144 E. Wood Street Phoenix AZ 85040 Ph 602/ 470-1888 485 3 Warrick Controls, Inc. Series DMS ? 478 ? B1 Serial # 103R 4237 Normandy Ct Royal Oak MI 48073Ph 313/ 545-2512 602 1 Arizona Instruments Soil sentry 17 TLM 803A 4144 E. Wood Street Phoenix AZ 85040Ph 602/ 470-1888 1215 3 Arizona Instruments Soil sentry 17 TLM 803A Serial # 001838 4144 E. Wood Street Phoenix AZ 85040Ph 602/ 470-1888 1250 1 Arizona Instruments Soil sentry 17 TLM 803A Serial # 001839 4144 E. Wood Street Phoenix AZ 85040Ph 602/ 470-1888 1270 2 Ronan Engineering Ronan X76-S-A4-4LS3 Serial # 8-0652 21200 Oxnard Street Woodland Hills CA Ph 818/ 883-5211 2320 1 Emco Electronics Emco Wheaton Leak Sensor Jr. & Pneumocator LC 1000 Serial # E/W- 1110340-D06 114-300 MacKenan Dr.Cary NC 27511Ph 919/ 460 - 6000 479 1 Universal Sensor & Devices, Inc.Leak Alert Service Co. MTA SystemLeak Alert LAL-100LS 1900 Series Liquid Sensor 9205 Alabama Ave Ste CChatsworth CA 91311Ph 818/ 998-7121Ph 800/ 992-4669 or Ph 714/ 661-6511 1241 1 Universal Sensor & Devices, Inc.Leak Alert Service Co. MTA SystemLeak Alert LAL-100LS 1900 Series Liquid Sensor 9205 Alabama Ave Ste CChatsworth CA 91311Ph 800/ 899-7121 or Ph 818/998-7121 2205 1 Warrick Controls, Inc. Series DMS ? 474-131, Serial No. 2-218817 4237 Normandy Ct Royal Oak MI 48073Ph 313/ 545-2512 2327 1 Universal Sensor & Devices, Inc.Leak Alert Service Co. MTA SystemLeak Alert LAL-100LS 1900 Series Liquid Sensor 9205 Alabama Ave Ste CChatsworth CA 91311Ph 800/ 899-7121 or Ph 818/998-7121 2500 1 Universal Sensor & Devices, Inc. Leak Alert Service Co.USD AP-01 9205 Alabama Ave Ste CChatsworth CA 91311Ph 800/ 899-7121 or Ph 818/998-7121 Footnote a: The Contractor shall verify the information based on actual site condition and update as necessary. The updated table shall be provided to the Government along with the test procedures submittal. Attachments NOT INCLUDED 1. RCDOEHS Line Leak Detector Test Form 2. RCDOEHS Linte Integrity Test Form The brief descriptions of the work elements below are not intended to be all-inclusive. The Contractor shall refer to the Statement of Work and Deliverable schedule for more details. As-needed service may or may not be requested by the Government. The preparers completing this form should attach all supporting cost or pricing data they feel suitable for an appropriate review and analysis of this summary worksheet of estimate cost for the various elements of this service task order. Task Description Unit Quantity Material Cost Labor Cost Total Element Cost Unit Total Manhour Rate Total Work Element 1 ? MeetingsAttend a ?kick off? meeting formal site visit at the base. The agenda for this meeting will include access to the site locations, scheduling, submittals of qualification not limited to licenses, certificates, plans and test procedures, and other issues related to this delivery order. EA 4 WE 1 Additional Comment or Description of Detailed Assumption: Work Element 2 ? Annual Monitoring System CertificationProvide annual inspection, testing, calibration, minor incidental maintenance or adjustment, and certification service for (up to 12) monitoring systems and (up to 9) spill box listed in the SOW Appendix Table 1 LOTEA 112 WE 2 Additional Comment or Description of Detailed Assumption:Govt: There are 12 monitoring systems, one at each site. At the 12 sites, an estimate total of the monitoring system test items consist of 19 tank interstitial liquid sensors, 3 dispenser liquid sensors, 12 sump liquid sensors, up to 9 spill boxes, and 6 oil-water separator level probes. The number of monitoring system site may change without notice.Contractor: Work Element 3 ? Annual Integrity/ Tightness Test Provide integrity test and certification for all tank-associated pressurized piping and their mechanical leak detectors shown in the SOW Appendix Table 1 EA 3 WE 3 Additional Comment or Description of Detailed Assumption:Govt: 3 pressurized line tests at 1 siteContractor: Work Element 4 - Service Call VisitProvide as needed service to promptly troubleshoot alarm, identify deficiencies, provide repair recommendation (include replacement materials technical specification) and estimate within 5 days of visit, immediately repair and replace identified deficient parts or containment area upon Government?s acceptance, test and certify system or secondary containment listed in the SOW Appendix Table 1 and 2Sub Element 4 A ? Emergency Service CallProvide as needed same day service call to respond to emergency situation or alarm related to the monitoring or secondary containment systemEst Travel distance:_____________________miles and Est Travel time per service call visit:______________ EAEA 102 WE 4 Additional Comment or Description of Detailed Assumption:Govt: The Contractor should provide an estimate number of hour and cost for a qualified service technician to troubleshoot alarm per visit. A pricing list and marked up that will be used to prepare recommendation estimate submittal to provide as needed repair work to return the monitoring system to normal operating condition and secondary containment to acceptable tightness condition should be attached.Contractor: Work Element 5 ? Secondary Containment Test Provide as needed service to perform pre-test PMI, test, inspect and certify all secondary containment (triennially) of underground storage tanks (USTs) listed in the SOW Appendix Table 1 LOT 1 WE 5 Additional Comment or Description of Detailed Assumption:Govt: At 7 sites, an estimate total of secondary containment test area consist of 12 sumps, up to 13 tank interstitial containment, 9 dispenser containment, up to 11 secondary pipings, and 7 spill boxes. Where there is more than one tank at the site, the number of tested area shall be performed simultaneously to the maximum extent of technical and cost effectiveness. Minimize the volume of test water generated whenever feasible by re-using the same uncontaminated test water. Contractor: Work Element 6 ? Management of on-site generated test water Provide as needed service to handle, test and dispose of any discarded materials or test water generated on-site while performing this SOWAs-needed test water generated for hazardous waste profile such as CA wet test for lead, EPA 8260, bioassay, and ignitability LOTDRUMS GALLONSEA 12 WE 6 Additional Comment or Description of Detailed Assumption:Govt: Of the 12 sump tested, only water from two sites is expected to have a visually, measurable residual petroleum in the water. Contractor: Work Element 7 ? Other Support ServiceProvide as needed additional technical, engineering, construction, and management support on issue associated with the monitoring or secondary containment systems and related deficiencies identified but not cover under the work elements of this SOW WE 7 Additional Comment or Description of Detailed Assumption:Govt: Contractor should identify if it has the necessary resources to provide the support service and attached the applicable pricing for this service if available. Contractor: Project Manager: The above worksheets were completed on (DATE) __________________________________ by _________________________________________ _____________________________________________ _______________________________ NAME (Last, First, Middle Initial) TITLE COMPANY NAME _________________________________________ ______________________________________________ _______________________________ SIGNATURE E-MAIL ADDRESS PHONE NUMBER
 
Place of Performance
Address: MARCH AIR RESERVE BASE CA
Zip Code: 92518
Country: UNITED STATES
 
Record
SN01118150-W 20060819/060817221304 (fbodaily.com)
 
Source
FedBizOpps 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.