Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
MODIFICATION

T -- VIDEO INSPECTION AND EVALUATION OF GRAVITY PIPELINES

Notice Date
3/15/2007
 
Notice Type
Modification
 
NAICS
512110 — Motion Picture and Video Production
 
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-07-Q-0010
 
Response Due
3/28/2007
 
Archive Date
5/27/2007
 
Point of Contact
Valerie Marshall, 901 544-3619
 
E-Mail Address
US Army Corps of Engineers, Memphis District
(valerie.marshall@mvm02.usace.army.mil)
 
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-07-Q-0010 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 2005-2495 Rev (4). This acquisition i s unrestricted. The associated NAICS code is 512110 with $27.0M. All responsible sources may submit a 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. VIDEO INSPECTION AND EVALUATION OF GRAVITY PIPELINES TECHNICAL SPECIFICATIONS 1.0 PART 1  GENERAL 1.01 SCOPE A. It is the intent of this contract to assess the internal structural and service condition of the Upper Camp Creek Interceptor Sewer System, including manholes. The Upper Camp Creek Interceptor is located in DeSoto County, MS, and extends from Byhalia R d northward to the Ross Road Treatment Facility. Assessment will be performed using visual inspection and pan and tilt color camera  CCTV. B. Qualifications of Contractor  The Contractor shall have verifiable reference list documenting the successful completion of a minimum of 250,000 linear feet of internal sewer condition assessment on projects of similar size and scope to this project. C. It is the responsibility of the Contractor to comply with the Corps of Engineers safety manual, EM385-1-1, especially those areas pertaining to work in confined spaces, and appropriate OSHA regulations. The contractor shall provide written documentatio n that all workers have received the training required under these regulations and guidelines. D. The purpose of this contract is to perform a sewer survey, which is the detailed viewing of the sewer with the aid of CCTV equipment, to assess the internal structural condition, service condition, and identify and locate miscellaneous construction feat ures. 1.02 SUBMITTALS A. As requested by the Contracting Officer, the Contractor shall provide to the Government the following information in writing prior to start of work: a. Project Schedule b. Listing of Safety Precautions and Traffic Control Measures c. Listing of CCTV Equipment d. Listing of Backup and Standby Equipment e. Confined Space Entry Certifications for all Workers B. The Contractor shall complete and submit a daily written record detailing the work carried out and any other items incidental to the contract. 1.03 REQUIREMENTS AND EXTENT OF SURVEY/INSPECTION A. The Contractor shall survey and/or inspect the sewer system with a digital camera or color pan and tilt CCTV imagery as specified in order to record all relevant features and confirm the structural service of the sewer line. Survey/Inspections of the s ewer line shall be carried out in compliance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). B. All CCTV operator(s) responsible for direct reporting of sewer condition shall have a minimum of three (3) years previous experience in surveying, processing, and interpretation of data associated with CCTV surveys/inspections. C. The Contractor will be required to provide evidence acceptable to the Contracting Officer that all CCTV technicians performing work under this contract have satisfactorily completed NASSCO PACP training and possess valid PACP Certification documents. 1.04 SURVEY/INSPECTION UNITS A. The Co ntractor shall provide sufficient survey/inspection units and all relevant ancillary equipment, including standby units in the event of breakdown, in order to complete all sewer and manhole surveys/inspections as specified. 1.05 SURVEY/INSPECTION VEHICLES A. The survey/inspection vehicles shall be comprised of two totally separate units. One unit, designated as the viewing area, shall be insulated against noise and extremes in temperature and shall be provided with means of controlling external and interna l sources of light in a manner capable of ensuring that the monitor screen display is in accordance with the specifications. B. The working unit shall be reserved for equipment, both operational and stored, and no equipment utilized within the sewer shall be allowed to be stored in the viewing area. 1.06 CCTV OPERATIONAL EQUIPMENT REQUIREMENTS A. The survey/inspection equipment shall be capable of surveying a length of sewer up to at least 1,000 ft. when entry into the sewer can be obtained at each end and up to 750 ft. where entry is possible at one end only. The Contractor shall maintain equi pment in full working order and shall satisfy the designated representative at commencement of each work shift that all items of equipment provided are in full working order. B. Each survey/inspection unit shall contain a means to transport the CCTV camera in a stable condition through the sewer under survey and/or inspection. Such equipment shall ensure the maintained location of the CCTV camera when used independently on or near the central axis of the circular shaped sewer when required in the prime position. C. Where the CCTV camera is towed by winch and drum through the sewer, all winches shall be stable with either lockable or ratcheted drums. All drums shall be steel or of an equally non-elastic material to ensure the smooth and steady progress of the CCTV camera equipment. All winches shall be inherently stable under loaded conditions. 1.07 FIELD SUPERVISION BY CONTRACTOR A. The Contractor shall maintain on site at all times a competent field supervisor in charge of the survey/inspection. The supervisor shall be responsible for the safety of all site workers and site conditions as well as ensuring that all work is conducte d in conformance with these specifications. 1.08 OPERATING CONDITIONS A. The Upper Camp Creek Interceptor pipe is a PVC large diameter heavy wall closed profile pipe (Vylon) manufactured by Lamson & Sessions. The sewer must be kept in operation during the survey/inspection. The pipe is 20 to 25 ft below ground connected by 72 to 108 diameter polymer concrete manholes located 600 to 1000 ft apart. The average daily flow through this line is approximately 2 MGD. The size and approximate lengths of each portion of the pipeline is listed below: " 1,370 LF of 54 PVC " 19,960 LF of 48 PVC " 13,460 LF of 42 PVC B. Generally CCTV shall be used for internal condition assessment where the depth of flow of sewage is less than 25% of overall sewer diameter at the start of the survey. The Contracting Officers Representative will make an informed decision to continue should the depth of flow increase beyond 25% but no greater than 40% of overall sewer diameter at any time throughout the length. 1.09 RESPONSIBILITY FOR SPILLS A. It shall be the responsibility of the Contractor to schedule and perform his work in a manner that does not cause or contribute to incidence of spills of sewage from the sewer system. B. In the event Contractor work activities contribute to spills, the Contractor shall immediately take the appropriate action to contain and stop the problem, clean up the spillage, disinfect the area affected by the spill, and notify the designated repres entative in a timely manner. C. The Contractor will indemnify and hold harmless the Owner for any fines or third party claims for personal or property damage arising out of a spill that is the responsi bility of the Contractor. 2.0 PART 2  EXECUTION 2.01 CCTV  GENERAL A. The CCTV camera shall be positioned to reduce the risk of picture distortion. The head shall be positioned centrally (i.e. in prime position) within the sewer. The lens head shall be positioned looking along the axis of the sewer when in prime positio n. A positioning tolerance of +/- 10% of the vertical sewer dimension shall be allowed when the camera is in prime position. B. The speed of the CCTV camera in the sewer shall be limited to 30 LF per minute for surveys to enable all details to be extracted from the ultimate CD-ROM recording. C. CCTV Color Camera  The Contractor shall provide a color pan and tilt camera(s) to facilitate the survey and inspection of the system. D. The CCTV monitor display shall incorporate an automatically updated record in feet and tenths of a foot of the footage of the camera. The monitor shall be of sufficient size (at least 13) to be viewed by at least two people at the same time. The Cont ractor will also provide an adequate viewing area so the Contracting Officers Representative can view and provide input during the inspection process. The Contractor shall use a suitable metering device, which enables the cable length to be accurately me asured. This device shall be accurate to +/- 1% or 3 inches, whichever is greater. E. DATA DISPLAY  1. The footage reading entered on to the data display at the cable calibration point must allow for the distance from the start of the survey/inspection to the cable calibration point such that the footage at the start of the survey is zero. 2. The size and position of the data display shall be such as not to interfere with the main subject of the picture. 3. Once the survey of the pipeline is underway, the following minimum information shall be continually displayed: a. Automatic update of the cameras footage in the sewer line from adjusted zero. b. Sewer dimensions in inches c. Manhole or pipe length reference number d. Direction of survey, i.e., downstream or upstream. F. CODING  Defect Coding, as well as Material, Shape, and Lining Coding, and conventions used throughout the project will be PACP-compliant. The CCTV Contractor must ensure that all surveyors conform to the detailed requirements of the reporting procedur e concerning feature description and feature definition as well as the computer file format. G. Photographic Quality - The CCTV system shall be capable of providing a clearly visible, uniform, and clear record of the sewers internal condition. In-sewer lighting standards shall meet the requirements of the PACP and applicable codes regarding sa fety and power. H. CCTV Picture Quality: 1. A test card shall be provided and available on site. The test card shall be a Marconi Regulation Chart No.1 or its approved derivatives with a color bar, clearly differentiating between colors, with no tinting, to show the following: White, Yellow, Cya n, Green, Magenta, Red, Blue, and Black. 2. At the start of each shift, the camera shall be positioned centrally and at right angles to the test card at a distance where the full test card just fills the monitor screen. The card shall be illuminated evenly and uniformly without any reflection. 3. Resolution  The live picture must be clearly visible with no interference and capable of registering a minimum number of TV lines/pictures height lines. The resolution shall be checked with the monitor color turned down. In the case of tube cameras, this shall be 600 lines. 4. Camera lighting shall be fixed in intensity prior to commencing the survey. In order to ensure color consistency, no variation in illumination shall take place during the survey. 2-01 PHYSICAL INSPECTION OF MANHOLES B. GENERAL 1. Manholes shall be inspected to assess general physical condition and to locate leaks that are causing or could cause soil erosion and degradation to the system. C. DOCUMENTATI ON 5. Color photographs shall be taken of the interior and exposed exterior of all manholes and shall portray any defects as best as possible. 6. Contractor shall furnish all data and photographs gathered in the field investigation and it shall be incorporated into the report listing all findings. 2.02 CCTV SURVEY DATA SPECIFICATION A. Survey Reporting: 1. The Contractor shall submit to the Contracting Officers Representative three (3) copies of the video in DVD format. The supplied data and information shall remain the property of the Government and Owner. 2. The report shall be computer validated using PACP-compatible software approved by the designated representative. B. Playback and CD-ROM Labeling: 3. Playback video shall be capable of a resolution of a minimum of 400 lines recorded at standard (SP setting) VHS speed. CD-ROM playback imaging shall be linked to electronic output of alpha-numeric data so that if necessary direct interrogation of datab ase can take place with simultaneous viewing of CCTV images. 4. Each CD-ROM disc shall be labeled by reference to the header record for the survey section completed together with the following information: a. Sequential (unique) CD-ROM number b. Line stationing, beginning and ending c. Survey company name d. Survey date(s) D. CCTV Focus/Iris/Illumination: The adjustment of focus and iris shall allow optimum picture quality to be achieved and shall be remotely operated. The adjustment of focus and iris shall provide a minimum focal range from 6 inches in front of the camera s lens to infinity. The distance along the sewer in focus from the initial point of observation shall be a minimum of twice the vertical height of the sewer. The illumination must allow an even distribution of light around the sewer perimeter without th e loss of contact picture, flare out or shadowing. 3.0 PART 3  MEASUREMENT AND PAYMENT 3.01 MEASUREMENT A. Mobilization, when listed on the bid form, will be measured as a lump sum item. B. CCTV Inspection, when listed on the bid form, shall be measured as the horizontal distance from the center of the entry manhole to the furthermost extent of the inspection performed. Measurements shall be made to the nearest foot. 3.02 PAYMENT A. Payment for Mobilization shall be 60% with the first pay request and 40% with the final pay request. B. Payment for CCTV Inspection shall be made per LF. All work is to be performed at this location and completed by 30 April 2005. Bidders will be required to make a site visit, for more information please contact Tom Morgan at (901) 544-3114. For additional information point of contact will be Tom Morgan (901) 544-3114. 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. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms an d ConditionsCommercial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); 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 Disabilities; 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 1965; 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; 52.2 37-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders app licable to Defense Acquisitions of Commercial Items; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Se a, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 28 March 2007 no later than 12:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-07 -Q-0010 addressed to Valerie Marshall, Contract Specialist, Phone (901) 544-3619, Fax (901) 544-3710, email address Valerie.marshall@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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-07-Q-0010/listing.html)
 
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
SN01252588-F 20070317/070315225508 (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.