Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

49 -- PROVIDE AND INSTALL FLUID DISTRIBUTION SYSTEM IN BUILDING 14 AT TOBYHANNA ARMY DEPOT, TOBYHANNA PA

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-08-R-0006
 
Response Due
4/30/2008
 
Point of Contact
JANE ALLARDYCE, (570)895-7645
 
Description
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 W25G1V08R0006 and must be referenced in all correspondence. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-24. NAICS 333913, criteria of 500 employees. Contract Line Item Number (CLIN) 0001: 1 Lot: Provide a Fluid Distribution System as a Turnkey system in Bldg. 14, Tobyhanna Army Depot, Tobyhanna, PA. The system,including installation, testing, training, one year warranty, and documentation, inclusive of as-built drawings, shall be provided in accordance with the specification/statement-of-work. All deliverables are FOB Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA. Delivery of the system is 75 days after date of award. Proposal Requirements: Pricing must be provided for CLIN 0001. All offerors must address delivery, installation, testing, training, one year warranty, and documentation, inclusive of as-built drawings. The proposal shall list all installation requirements to include, as a minimum, any utility and floor-space requirements. ALL offerors must also provide Past Performance information. CONTRACTING OFFICER'S RESPRESENTATIVE (COR): Ron Scarnulis, 570/895-8223. Parties interested in responding to RFP are requested to complete a Standard Form (SF)1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c; the offer must be signed by a company official authorized to contractually bind the company. Offerors shall include the full text provision FAR 52.212-3 ALT I (Offeror Representations and Certifications --Commercial services), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial services). Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/; or FAR only at http://www.arnet.gov/far; or DFARS only at http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Informational drawings, National Environmental Policy Act (NEPA), Depot Security, Depot Safety, and Wide Area Workflow (WAWF)requirements apply to this action and are available from jane.allardyce@us.army.mil as Attachment 1. Offerors must obtain these documents and address them in their proposal. Supporting documentation (i.e., Past Performance information and product literature must be submitted in order for your proposal to be considered. It is recommended that the completed SF1449 be Faxd (570-895-6782). Alternatively, a signed, scanned SF1449 can be sent electronically (e-mail)to jane.allardyce@us.army.mil. The proposal and other information and supporting documentation should be submitted electronically to jane.allardyce@us.army.mil to be received by 30 APRIL 2008 @ 4:00 P.M. SITE VISIT CONTRACTING OFFICERS NOTICE a. The Contractor shall visit the site of the work, check all dimensions and otherwise acquaint himself with all details and conditions affecting the requirement andall factors to meet the purpose and intent of these specifications and the terms of the contract. b. It shall be the responsibility of the prospective bidders to visit the site at the Tobyhanna Army Depot, Tobyhanna, Pennsylvania. The tour(s) will be conducted by: NAME: Mr. Ron Scarnulis, Tel. (570) 895-8223 or Mr. Chris Hons (570) 895-6729 Tour 1 will begin at 10:00 a.m. on Tuesday, 22 APR 08; and Tour 2 will begin at 10:00 a.m. on Thursday, 24 APR 08 c. Prospective offerors are requested to report to the Contracting Reception Area located in the Administration Building (Bldg 11) of the Tobyhanna Army Depot, Tobyhanna, Pennsylvania, at the appointed hour. d. Any questions regarding the existing system, or the requirements of this Request For Proposal (RFP) shall be submitted in writing to the Contracting Officer. The questions and answers shall be published in an Amendment to this RFP. e. See also solicitation Specification/Statement-of-Work Note 1, regarding Site Visits, and Attachment 1, Tobyhanna Army Depot Security regarding visitorand workforce on-site restrictions. SPECIFICATION-STATEMENT-OF-WORK: NOTES: 1. Interested sources are very strongly advised to attend the scheduled Site Visits. 2. a. Quotes must contain a Technical Proposal consisting of: A Design Sketch showing the proposed locations of tanks and drums; Parts and equipment lists; Safety plan; Installation plan; AND Milestones. b. The proposal must also cite parts and equipment (otherthan piece parts), to be described by brand name, model, and any warranty provided. 3. The Contractor will be required to provide fluids of the types specified and in amounts adequate to satisfy Acceptance Testing and Training. SCOPE of this requirement is a system which will distribute specified fluids from storage containers to point of use; and a used oil collection system. BASIC REQUIREMENT 1. The Fluid Distribution System (FDS) system will be capable of distributing six (6) products to five (5) specified locations within Building 14 at Tobyhanna Army Depot, Tobyhanna, PA. The fluids that are the subject of the distribution system are: Antifreeze; Dextron 3; 25W40 oil; Transmission Fluid; 80-90 gear oil; and grease. 2. The antifreeze will be distributed from fifty-five gallon (55 gal)drums and the balance of the fluids will be distributed from two-hundred-fifty gallon (250 gal)capacity (each) single-walled bulk storage tanks, except the grease, which will be dispensed from a drum. All tanks and drums must be contained within a diked area. Each tank is to be painted white, have all necessary venting, gauges, pumps, valves, fittings, filters, regulators, lubricators, metering equipment, safety precautions, and dispensing units. Each of these stations is to dispense the fluid via a fifty foot (50 ft) hose reel. The antifreeze will have a mixing valve that can be set to allow a combination of antifreeze and water. The combination of fluids will then be pumped into a central piping system that will have five drops to the predetermined work stations. The grease dispensing system will include all necessary piping, filters, regulators, lubricators, metering equipment, fittings, pumps, safety precautions and dispensing units. The stations are to dispense the fluid via a fifty foot (50 ft) hose reel. The distribution system will include all necessary piping, filters, regulators, lubricators, metering equipment, fittings, pumps, safety precautionsand dispensing units. 3. In addition to the above distribution system, there will be a used oil collection system that will include the following: five-hundred gallon (500 gal) diked tank double walled (painted white), have all necessary venting, gauges, pumps, valves, fittings, filters, regulators, lubricators, metering equipment, safety precautions, and collection units. In addition, the tank is to have the same coupling as used on our current oil collection tank. 4. The contractor will be required to furnish all materials and labor to install this system as a turnkey operation. The dispensing stations will need to be installed on their own stands and it is mandatory that these locations not present a safety issue or create a congested work area. ADDITIONAL REQUIREMENTS A spill containment bucket will be required on all tanks at the tank fill point or containment at the remote fill point. a) An overfill alarm and automatic cutoff device or shut down procedure is required. b) Block valves must be provided on product lines. c) Solenoid valve or anti-siphon device, if appropriate. d) Strict compliance shall be provided with all Federal, State, Local, and facility environmental regulations. e) Contractor must obtain a burn permit from the Depot Fire Department 570 895- 7300 before beginning any welding/cutting work. f) Contractor will provide continuous fire watch up until 1/2 hour after any welding/cutting operation. g) Contractor is required to have a minimum ten pound (10 lb), ABC rated fire extinguisher on site during welding/cutting operations. h) Contractor must abide by OSHA 29 CFR 1910 and 29 CFR 1926 standards. i) Contractor must provide as-built drawings prior to Final Acceptance. The contractor is required to take on-site measurements. The contractor is to submit detailed drawings and specifications for approval prior to commencing the work. If a staging area is required for equipment such as tanks, a staging area will be designated by the Contracting Officers Representative (COR). Turnkey System: The contractor must furnish a turnkey system. This includes all equipment, materials, labor, installation, demonstration of operational performance upon completion of the installation, as-built drawings, standard commercial Operator and Maintenance manuals, training for Depot operators and maintenance personnel, and fluids of the specified types (in adequate amounts to satisfy Acceptance Testing and Training), and warranty. All materials, parts, equipment, documentation, and fluids as noted must be provided FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA. System: The system shall meet the minimum requirements as described in the solicitation. The system includes the fluids and grease distribution requirements and the used oil collection requirement. Within five (5) days of award, the contractor must submit a formal design for the layout of the system for the Government to review. Within five (5) days, the Government will notify the contractor whether the design has been accepted or rejected. If rejected, the Government shall provide information pertaining to the deficiencies which predicated the rejection The contractor will have five (5) days to re-submit the plan for the design and the Government will provide acceptance or rejection within five (5) days. Rejections of the design by the Government shall not be cause to extend the period of performance. Installation: Upon acceptance of the design, the installation shall be coordinated through the COR. The COR shall indicate a staging area for equipment and tanks. Installation will be performed during normal Depot hours of operation, 0700 hrs through 1630 hrs, Monday through Friday, (however, some evenings and/or weekends may be required). No work shall be performed on Federal holidays and days when the Depot is closed per discretion of the Commander. No diesel or gasoline power equipment may be used within the building. Acceptance Testing per Demonstration of Operational Performance: Within five (5) days of completion of installation, at atime coordinated through the COR, the complete operation system shall be demonstrated. Any failures or deficiencies must be cured by the contractor within two (2) days. At the completion of repairs, it is at the discretion of the COR as to whether a complete demonstration, partial demonstration, or no demonstration be required to confirm the integrity and function of the system. Training: The training must be performed on-site at Tobyhanna Army Depot, will be a minimum of one (1) day, and will be attended by no more than ten (10) Government personnel. Training will be geared to operation and maintenance of the system, to include troubleshooting and lock out/tag out procedures. The Contractor will provide whatever hand-outs may be required for the trainees, and such documents will become property of the Government at the conclusion of the training. Documentation: Documentation includes as-builtdrawings, operations and maintenance manuals, and copies of manufacturer warranties for the system and components. The documentation may be provided hardcopy and electronically. Any training materials used as student hand-outs become the property of theGovernment at the conclusion of the training. Final Acceptance shall not occur until complete documentation has been submitted and accepted. Warranty: The contractor must provide a warranty of the entire turnkey system (inclusive of installation)for a minimum period of one year (1 yr). Any manufacturer warranties which exceed the warranty period provided by the contractor shall be provided to the Government at the conclusion the contractors warranty period. At the conclusion of the one-year warranty period, any claims under manufacturer warranties exceeding the one-year period shall be the responsibility of Tobyhanna Army Depot. Manufacturer equipment or parts warranties notwithstanding, it is the responsibility of the contractor to provide warranty service for the entire system during the warranty period. The Contractor shall provide a telephone number for the purpose of submitting warranty claims or calls for service. In the event that telephone support does not solve the problem, the Contractor shall provide on-site response within 48 hours of a call for such support. Any parts replacement shall take place at no charge to the Government for the parts, shipping, installation, travel, or other associated costs. Parts to be replaced in accordance with the manufacturers suggested preventive maintenance schedule are not included. Delivery: All requirements shall be satisfied within seventy-five (75) days of contract award. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items, With Addendum. 52.212-3 ALT I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items, With Addendum. 52.211-6 Brand Name or Equal. 52.211-14 Notice of Priority Rating for National Defense: DO C9. 52.211-15 Defense Priority and Allocation Requirements. 52.219-28 Post-Award Small Business ProgramRepresentation 52.223-11 Ozone-Depleting Substances. 52.227-1 Authorization and Consent. 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.227-3 Patent Indemnity 52.228-5 Insurance -- Work on a Government Installation, Employer's liability coverage of at least $100,000; minimum auto coverage $200,000 per person and $500,000 per occurrence for Bodily Injury an d $20,000 per occurrence for Property Damage 252.201-7000 Contracting Officers Representative 252.204-7004 Alternate A 252.211-7003 Item Identification and Valuation. 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.212-7001 Contract Termsand Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7035 Buy American Act--Free Trade Agreement --Balance Of Payments Program Certificate (Oct 2006) 252.225-7036 Buy American Act--Free Trade Agreements-- Balance of Payments Program 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015 Technical Data--Commercial Items. 252.227-7037 Validation of Restrictive Markings on Technical Data. 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 252.243-7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. 52.212-2 Evaluation - Commercial Items. This acquisition will be a best value action. Evaluation factors are technical, Past Performance, and Price. Past Performance and Price are approximately equal in importance. Technical shall be evaluated as pass/fail. For Past Performance, Currency (within the past 3 years), Relevance (type of system, type of fluids), Quality, Delivery, and Customer Service pertaining to having provided the same or similar systems will be considered. Similarity is based on size and complexity. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror past performance. The offeror shall provide with his offer three such examples of past performance, performed within the past three years. The examples shall include: the name of the customer/contracting office; the item which was sold; the price; the date of the sale; and a customer point of contact and telephone number. Overall customer satisfaction, to include level of satisfaction with the system provided, the warranty service provided, and maintenance service provided, will be assessed. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. All offerors must provide pricing for CLIN 0001. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; Clauses and Provisions Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil/ or http://www.arnet.gov/far. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0552080eedd09c72606c70b93a2a7143&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN01554630-W 20080417/080415221036-0552080eedd09c72606c70b93a2a7143 (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.