Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

38 -- Repair leaking middle flange from the fuel transfer pumps to the fuel storage tanks, perform pressure test, conduct remediation of soil if necessary. Perform work in accordace with Federal, State and County regulations and commercial standard .

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN07T0721
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
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. Solicitation number W912CN-07T-0721 is issued as a request for quote (RFQ). SCHEDULED SITE VISIT IS 0900, TUESDAY, SEP 18, 2007, meet at Bldg 536 (by Gas Station), Fort Shafter, HI. Offerros must coordinate site visit with Josie Martinez at 808-438-6535 ext 229 NLT 0830, Tuesday, 18 Sept 2007. The incorporated document provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) update FAC 2005-20 and Defense Federal Acquisition Regulations (DFAR) Supplement update DCN 20070906. The North American Industry Classificat ion System (NAICS) code is 237120. The small business size standard is $31.0 million. A firm fixed price contract is anticipated. This requirement is 100% set aside for small business. The contractor shall provide all all management, tools, supplies, e quipment, materials, labor and transportation necessary to repair leaking middle flange from the fuel transfer pumps to the fuel storage tanks; perform pressure test in accordance with manufacturers requirements; and submit a summary report. Perform test ing of soil for petroleum products for disposal and confirmation purposes; restore site; and submit a final summary report with piping system modification certifications. If necessary, conduct remediation of soil at Building 536, Fort Shafter, Oahu, Hawai i. PERIOD OF PERFORMANCE: Target date is 25 September through 19 October 2007, and may be re-scheduled as necessary. STATEMENT OF WORK FOR REPAIR LEAKING MIDDLE FLANGE; PERFORM TESTING OF SOIL; AND IF NECESSARY, CONDUCT REMEDIATION OF SOIL AT BUILDING 536, FORT SHAFTER, HI. 1. DESCRIPTION OF SERVICES. The Contractor shall furnish all management, tools, supplies, equipment, materials, labor and transportation necessary to repair leaking middle flange from the fuel transfer pumps to the fuel storage tanks; perform pressure te st in accordance with manufacturers requirements; and submit a summary report. Perform testing of soil for petroleum products for disposal and confirmation purposes; restore site; and submit a final summary report with piping system modification certific ations. If necessary, conduct remediation of soil at Building 536, Fort Shafter, Oahu, Hawaii. Perform work in accordance with Federal, State and County regulations and commercial standards. Business Relations. The Contractor and the Government will en gage in partnering to resolve all issues and conflicts in a timely and expeditious manner. 2. SERVICE DELIVERY SUMMARY. The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required fo r each requirement. These thresholds are critical to mission success. Performance Objective SOW Para Performance Threshold Repair Leaking Middle Flange 1.1. Flange is repaired and operational 100% as specified. Perform Testing of Soil 1.2.  1.2.1 Testing of soil is completed 100% as specified by Federal, State, and City regulations. If Necessary Conduct Remediation of Soil 1.3. If necessary, remediation of soil is completed 100% as specified. Business Relations 1.4. All issues and concerns are resolved within a timely and expeditiously manner 85% of the time. Contractor Manpower Report (CMR) 5. Report is completed within the specified time frame 100% of the time. 3. GOVERNMENT FURNISHED UTILITIES. Electricity and water provided for use. No labor, tools, equipment, supplies, materials, articles or transportation furnished by the Government. 4. GENERAL INFORMATION. 4.1. Quality Control. Responsible for quality contro l of all work performed under this contract to assure the requirements of the contract are provided as specified. 4.2. Quality Assurance. Contractors performance will be monitored. 4.3. Hours of Operation. Perform work during Governments normal working hours, 7:30 a.m.  4:00 p.m., Monday through Friday, excluding Federal holidays. Obtain verbal approval from the COR to work outside the normal working hours to alleviate emergency . 4.4. Warranty. Warranty of services for 90 days for trouble calls, repairs, and replacement parts. In the event any replacement parts fail within the manufacturers warranty period, the Contractor shall arrange for replacement of the defective parts at no additional cost to the Government. 4.5. Work Site Cleanup and Disposal of Waste. Remove and dispose of all debris/waste at the end of the workday from work site per applicable Federal, State and Local regulations. 4.6. Contracting Officers Representative (COR). The COR is Mr. Louis Kalani, Service Contracts Management Branch, telephone no. (808) 438-2889, cellular no. 864-1466. 4.7. Point of Contact (POC). The POC is Mr. Joel Narusawa, Compliance Branch, telephone no. (808) 656-2878 ext. 1055, cellular no. 864-1002. 4.8. Identification of Contractor Employees. Provide each employee with an identification (ID) badge made on nonmetallic material, easily readable and indicates the employees name, Contractors name, functional area of assignment and recent color photog raph of the employee. 4.9. Display of ID Badges. All Contractor personnel shall wear their ID badge at all times when performing work under this contract at a Government site, including while attending Government meetings and conferences that may take place outside the Govern ment facility. Unless otherwise specified in the contract, each Contractor employee shall wear their ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. 5. CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance o f this contract. The contractor is required to completely fill in all the information in the format using the following web address. https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Offi cers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors), (8) Predominant Federal Service Code (FSC) reflectin g services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Arm y Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the contract period of performance not to exceed 12 months and must be reported within 30 days after the end of the contract performance period. Contractors may use a direct XML data transfer to the data base server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.* *Note: Information from the secure web site is considered to be propriety in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public w ith the contractor name and contract number associated with the data. For internal Army analysis, the reports and queries from the database shall not contain proprietary data. Contract Line Item Number (CLIN) 0001: Repair Leaking Middle Flange. The Contractor shall repair leaking middle flange from the fuel transfer pumps to the fuel storage tanks in accordance with manufacturers recommendations. Perform pressure test in acco rdance with manufactures requirements to ensure the pipe is repaired to operational condition and does not void applicable warranties. Submit a summary report, to include date and time of repair, description of repair, names of technicians performing the repairs and any other drawings/plans to the Contracting Officers Representative (COR) within five (5) days of completion. Submit five (5) copies of the necessary certified document (See Technical Exhibit #1  Certification of Compliance for Modified Pro perty) to the COR with the summary report. 80 hours. Unit Price $______ , Total Price $______ . CLIN 0002: Perform Testing of Soil. The Contractor shall perform testing of the excavated soil for petroleum products surrounding the middle flange for waste characterization. Up to one cubic yard o f petroleum contaminated soil disposal should be expected. Another sample will be collected for confirmation purposes related to a gasoline type product release. Notify the COR immediately if the results are positive. Submit a test report of findings to the COR. Inspection and approval is required prior to site restoration by the COR and POC. Site Restoration. After the COR and POC has inspected and approved the excavation and piping repair work, the site will be restored to pre-existing condition with topsoil and grass seeds. No maintenance after initial installation will be required. 8 hours. Unit Price $______, Total Price $_____. CLIN 0003: Soil remediation around leaking pipe if needed. Notify the COR immediately if the results are above t he State of Hawaii Department of health relevant action levels. Submit a test report of findings to the COR when available and also include results in the summary report. Electronic deliverables of the final report is required. Provide a cost option for up to five (5) additional cubic yards of soil excavation, disposal and confirmation sampling. Dispose of the off-grade soil off-post in accordance with Federal, State and County laws and regulations. Prepare five (5) copies of necessary documentation pe r Federal, State and County laws and regulations. Coordinate Government signature for the waste manifests with the DPW representative within five (5) days prior to disposal transportation. 40 hrs. Unit Price $______, Total Price $_____. CLIN 0004 Contract Manpower Reporting. In accordance with SOW, paragraph 5. Quantity: 1 each. Unit Price $______ , Total Price $______ . Each offer shall include a completed copy of the provision FAR 52.121-3 Offeror Representations and Certifications Commerc ial Items (Jun 2006) unless ORCA is used. FAR 52.204-8, Annual Representations and Certifications (Jan 2005), req uires that each offeror complete the annual representations and certifications electronically via Online Representations and Certifications Application (ORCA) website at http: //www.bpn.gov. The following acquisition clauses apply: FAR 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005). All offerors must be registered in the Central Contractor Register to be eligible for award. FAR 52.212-5 Contract Terms and Conditions Requir ed to Implement Statutes or Executive Orders Commercial Items (Nov 2006). FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222- 21 Prohibition of Segregated Facilities (Feb 1999) , FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-36 Affirmative Action for Worker with Disabilities (Jun 1998), 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Regis tration (Oct 2003). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill in: www.arnet.gov/far/ or http://farsite.hill.af.mil apply to this acquisition. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) Defense Federal Acquisition Regulat ion Supplement (48 CFR 201.404). DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Nov 2003). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisit ions of Commercial Items (Nov 2006) the following apply: DFARS 252.232-7003 Electronic Submission of Payment Requests (May 2006), and DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2003). SCA Wage Determination No. 2005-2153 Rev. No. 5 is applied. Emergency Planning Community Right To Know Act (EPCRA) Hazardous Substances (HS), Oil/Hazardous Substance Spill Response, Installation Rules and Regulations, Access to Installations, Personnel and Vehicles, Licensing and Permits, Accident Preven tion and Safety Requirements, Accident Reporting, Parking, Submission of Invoice to the Paying Office, Access to Army Installations. Full text of the preceding clauses, specific to Regional Contracting Office, Hawaii requirements, may be requested. Submit email requests josefina.a.martinez@us.army.mil. Offers price quotes and requested information shall be submitted via Facsimile to (808)438-6563 or email to josefina.a.martinez@us.army.mil. To be considered timely, Offers shall be submitted by 1000 hours (Hawaiian Standard Time) on September 19, 2007. Point of contact Josefina A. Martinez, Contract Specialist, Phone (808) 438-6535x229, Fax (808) 438-6563, Email josefina.a.martinez@us.army.mil. TECHNICAL EXHIBITS: Technical Exhibit #1  Certification of Compliance for Modified Property CERTIFICATION OF COMPLIANCE FOR MODIFIED PROPERTY TANK # (Mark all that apply) 1. Installation Description Tank # Tank # Tank # Tank # Tank # a. Installation certified by tank and piping manufacturers. b. Installation inspected by DPW COR/POC. d. Manufacturers installation checklists have been completed and documented. CERTIFICATION I certify under penalty of law that I have personally examined and am familiar with the information submitted in this and all attached documents, and that based on my inquiry of those individuals immediately responsible for obtaining the information, I bel ieve that the submitted information is true, accurate and complete. ________________________________________________________________________ Name of Installer/Repair Company (Print or Type) Official Title ________________________________________________________________________ Signature Date Signed Status of Signatory (Mark as appropriate)  1. Corporation: _____ principal executive officer _____ duly authorized representative 2. Partnership: _____ general partner 3. Sole Proprietorship: _____ proprietor 4. Government entity: _ ____ principal executive officer _____ ranking elected official _____ duly authorized employee
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN01404235-W 20070914/070913074029 (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.