Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

J -- Repair Services Fuel Oil Lines

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
740100000956RQ
 
Response Due
7/20/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued under Simplified Acquisition Procedures (SAP) and is a 100% Small Business Set-aside. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for repair services as follows: Scope of Work Please provide a cost proposal and work schedule to furnish all labor, equipment, supervision, and materials to install 3 new fuel oil lines originating at the outside ATF fuel oil tank to the boilers inside the ATF Kennel located at 828 Harmony Hollow Road, Front Royal, VA 22630. New valves, with the appropriate pressure rating and type, are to be installed on both ends of each pipe at locations approved by ATF. These fuel oil lines are to be installed in accordance with the best practices of the trade and industry standards. The lines will be insulated with approximately 1 ? to 2 inches of insulation with heat tape. A determination of whether existing alarms can be used will be made during the site visit. All permits and certifications for this work are the responsibility of the contractor. There are two 1" dual wall fuel oil supply lines and one 1" return fuel oil line, below ground, feeding the boilers. One supply line is damaged. Once the new lines are installed, the existing fuel oil piping is to be drained and capped below ground level. The use of compressed air or gaseous nitrogen shall be used to assist to drain the existing lines. Contractor is to leave the inside fuel oil sump clean and dry and will be responsible for disposing of all excess fuel oil. The total length of the run is approximately 232 feet. The contractor will be responsible for visiting the site and verifying the length of pipe, other materials needed, and the appropriate way to tie into the tank and boiler piping ends. Attached is a proposed route of installation, in which all but approximately 42 feet are above ground. This section will be installed below the driveway. Some vehicles will still have to travel through this area, so appropriate covering and safety cones will have to be provided until complete. The trenched area must be restored as before trenching. Above ground pipe will be schedule 40 carbon steel pipe and below ground will be an approved double wall pipe (either hard pipe or flexible). Any welding must be done by a certified welder. The piping on the exterior wall of the Kennel will be enclosed in metal that resembles existing downspouts on the building and approved by ATF. Along with the proposal, the contractor will list the materials and include a description of the installation. All materials must be approved by ATF. Buried piping and fittings shall be hydrostatically tested prior to being covered over and a written test report provided to ATF attesting the piping system has no leaks. The contractor will be responsible for determining if the existing jockey pump is adequate to draw fuel from the tank to the boilers. In the proposal, the contractor should provide the quote using 1" piping. A pressure test will be required. Running circuits from the mechanical room for the heat tape should be included. The piping going across the roof will be laid on the roof according to the roof manufacturer's recommendations and the ATF will be responsible for the roof penetrations. The contractor shall also extend the floor drain, in between the boilers, upward to prevent fuel oil from getting in the drain. The copper tubing from the boilers going to the drain will have to be modified to account for the extension so they will still drain. The contractor will be responsible for removing all trash and excess oil from the site. A site survey is schedule for July 16, 2007, 10:00am EST. This is the only time that the bidders can come to the site. To request a site visit bidders must notify me no later than July 13, 2007, 2:00pm EST by e-mail @ brian.wilkins@atf.gov. You must provide your name plus the name of the individuals that may accompany you, your company name and phone number. Site location: Bureau of ATF Kennel, 828 Harmony Hollow Road, Front Royal, VA 22630. Every employee must be cleared by ATF security before working onsite: BACKGROUND INVESTIGATION REQUIREMENTS The Contractor shall be responsible for ensuring that all Contractor employees assigned hereunder shall undergo a Background Investigation to determine their suitability to access ATF facilities, proprietary information, and data, including ATF?s automated information system. The Background Investigation will be conducted by or under the auspices of the Personnel Security Branch, Office of Professional Responsibility and Security Operations, Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). It is the responsibility of the Contractor employee to provide the necessary security package in a timely manner, through the assigned Contracting Officers Technical Representative (COTR), to ATF's Personnel Security Branch so that a Background Investigation can be conducted. The Contractor shall screen and review each potential Contractor employee and ensure that each potential Contractor employee to be assigned to this contract possess a personal history that is in compliance with DOJ and ATF personnel security guidelines and will permit each employee to successfully pass a Background Investigation conducted by the ATF. Prior to requesting the potential contractor employee to complete necessary security package, the Contractor shall screen the following aspects of each potential contractor employee's personal history: a. Criminal conduct b. Financial responsibility c. Drug use d. Employment e. Selective Service registration, if male f. U.S. Residency g. Country of citizenship During the Contractor's review of each potential Contractor employee's personal history, the contractor is required to review each potential Contractor employee's personal security package to ensure the forms are fully complete, signed, and dated. The Contractor is hereby advised that a Background Investigation may take ninety (90) days or more to complete, depending on the complexity of the investigation. The contractor is encouraged to fill all positions with employees who have recently been the subject of a Limited Background Investigation (LBI), Background Investigation (BI), or Single Scope Background Investigation (SSBI) and/or who possess a Top-Secret clearance, or a Secret clearance based on a LBI or BI. The Contractor shall submit documentation proving such Investigation was conducted or clearance granted with the Contractor employee's complete security package. In those instances where the Contractor believes that it (or any of contractor's employees) will not need unescorted access to any ATF facilities, or access to any ATF proprietary information, data or automated information systems, the Contractor shall notify the COTR. The COTR will then apprise ATF?s Personnel Security Branch of the Contractor?s initial determination, citing the reasons therefore. The Personnel Security Branch, in consultation with the COTR or Bureau Contracting Officer, will make the final determination as to whether or not the contractor employee will need to undergo a Background Investigation. The nature and specific degree of Background Investigations will be determined by the Personnel Security Branch, depending upon the nature and degree of risk associated with the contract position. At the conclusion of the Background Investigation, the Personnel Security Branch will annotate ATF Form 8620.5, either granting or denying access, and return a copy of the form to the COTR. The COTR is then responsible for advising the Contractor of ATF?s determination. In those instances where access is granted, the COTR will be responsible for securing from the Contractor employee an executed ATF Form 8800.2, Conditional Access to Sensitive But Unclassified Information Non-Disclosure Agreement for Contractors. Access to ATF facilities, proprietary information, data, or automated information systems is not authorized until such time as an executed ATF Form 8800.2 is delivered to the Personnel Security Branch, Room 2474, 650 Massachusetts Avenue NW, Washington, DC 20226, unless initially submitted with the security package. Contractor employees are not authorized to access ATF facilities, proprietary information, or data, including ATF?s automated information systems, until such time as they have been favorably adjudicated by the Personnel Security Branch in accordance with the adjudicative guidelines as directed by the Department of Justice. RESIDENCY REQUIREMENT All Contractor employees assigned to this contract and working within the United States shall meet the DOJ Residency Requirement. The Residency Requirement states that, for three (3) of the five (5) years immediately prior to applying for a position, the individual must have: 1) resided in the United States; 2) worked for the United States overseas in a Federal or military capacity; or 3) been a dependent of a Federal or military employee serving overseas. This requirement can be waived for short-term (i.e., those employees performing duties for a cumulative total of fourteen (14) days or less) if there is a critical need for their specialized or unique skills (for example, interpreters for rare foreign languages). These individuals must be United States citizens or Permanent Resident Aliens. A waiver request from the head of the Component outlining the extenuating circumstances along with the requisite contractor clearance package shall be submitted through the COTR to the Department Security Officer (DSO) for approval. Each waiver request will be reviewed by the DSO and a determination made on a case-by-case basis. The Department of Justice does not permit the use of non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ Information Technology system. By signing the contract or commitment document the contractor agrees to this restriction. In those instances where other non-IT requirements contained in the contract or commitment can be met by using non-U.S. citizens, these requirements shall be clearly described. Additionally, any individual, whether employee or contractor, who is not a U.S. citizen must be from a county allied with the United States. Since countries on the allied nations list are subject to change, refer to the following website for current information: http://www.opm.gov/employ/html/Citizen.htm FINANCIAL RESPONSIBILITY Contractor employees who have delinquent unpaid debt may be required to provide proof of payment and/or proof of participation in a payment plan. If this documentation cannot be provided, the Contractor employee's Background Investigation may be terminated and/or access to ATF facilities, proprietary information and data, including automated information systems will be denied. DOJ & ATF POLICY VIOLATIONS A Contractor employee who is in direct violation of a policy established by DOJ or ATF may be denied access to ATF facilities, proprietary information and data, including automated information systems, without being offered an opportunity to mitigate the information. DENIAL OF ACCESS TO ATF FACILITIES, INFORMATION & DATA, AND AUTOMATED SYSTEMS In the event that a Contractor employee be denied access to ATF facilities, proprietary information and data, including ATF?s automated information systems, the Personnel Security Branch will notify the Contractor employee of ATF?s determination, citing the specific reasons for denial. The Contractor employee will be afforded fifteen (15) days to provide mitigating circumstances to the Chief, Personnel Security Branch. If the Contractor employee fails to provide mitigation within the allotted fifteen (15) days, the COTR, the Bureau?s Information Security Officer, and the Physical Security Programs Branch will be notified that the Contractor employee has been denied access and the matter will be closed. In the event the Contractor employee provides sufficient mitigation to warrant reconsideration of the original determination, the COTR and the Bureau?s Information Security Officer will be notified via ATF Form 8620.5 that access has been granted to the Contractor employee. Should a Contractor employee be found unsuitable, he or she may ask to review the investigative file by filing a request under the Freedom of Information Act with the Disclosure Division, Room 8400, Bureau of Alcohol, Tobacco, Firearms and Explosives, 650 Massachusetts Avenue NW, Washington, DC 20226. It is the responsibility of the Contractor employee to assume any and all monetary liabilities associated with such request. In addition, if ATF denies a potential or current Contractor employee possessing the appropriate level of Background Investigation or security clearance as previously identified above, the Contractor shall deduct $1,100 from its next invoice for each denied potential or current Contractor employee, which corresponds to the cost to ATF to conduct the Background Investigation. The contractor shall deduct $1,100 from its next invoice for each potential or current contractor employee who does not meet the requirements set forth above, which corresponds to the cost to ATF to conduct a new Background Investigation. This award will be made utilizing the simplified acquisition procedure under FAR Part 13; Far Part 52.212-1 Instructions to Offerors-Commercial Items; Far Part 52.212-4, Contract Terms and Conditions-Commercial Items; FAR Part 52.212-05, Contract Terms and Conditions required to implement Status or Executive Orders-Commercial Items; and FAR Part 52.232-33, Payment by electronic funds transfer apply. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. Award will be made on an All or None Bases. Submit quotes to Brian Wilkins no later than July 20, 2007, 3.00pm EST. Alternatively, vendors may fax quotes or email quotes and questions concerning this procurement to Brian Wilkins, 202/927-7311 fax, or email to brian.wilkins@atf.gov
 
Place of Performance
Address: 828 Harmony Hollow Road, Front Royal, VA
Zip Code: 22630
Country: UNITED STATES
 
Record
SN01335811-W 20070708/070706220350 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.