Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

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

Notice Date
5/14/2008
 
Notice Type
Modification/Amendment
 
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
5/20/2008
 
Point of Contact
JANE ALLARDYCE, (570)895-7645
 
Small Business Set-Aside
N/A
 
Description
This Amendment 0004 to the combined synopsis/solicitation W25G1V-08-R-0006 is make changes to the solicitation Specification/Statement of Work; provide a shop drawing as Attachment 1 to this Amendment 0004; and extend the offer due date. 1. Reference Specification/Statement of Work, Notes, Note 3, Delete in its entirety. 2. Reference Specification/Statement of Work, Paragraph beginning SCOPE of this requirement..., Delete in its entirety; ADD: SCOPE of this requirement is a system which will distribute specified fluids from their storage tanks to point of use. 3. Reference Specification/Statement of Work, Basic Requirement, Paragraphs 1, 2, 3, and 4, Delete in their entirety; ADD: Paragraphs (1) through (7) below: (1) The Fluid Distribution System (FDS) system will be capable of distributing four (4) products to four (4) specified dispensing stations within Building 14 at Tobyhanna Army Depot, Tobyhanna, PA. as shown on drawing provided (Attachment 1). (2) Each fluid will be in a two-hundred-fifty gallon (250 gal) double walled bench top style storage tank equipped as follows: Each tank shall be painted white with a 12 inch x 12 inch section on the front and top side of the tank displaying fluid color code and identification (ID). Each fluid description must also be within the color code area in white lettering. Fluid description and color codes are as follows: AntifreezeFluid color code ID (Green); Dextron 3Fluid color code ID (Red); 15W40 Motor Oil Fluid color code ID (Blue); and 80-90 Gear Oil Fluid color code ID (Orange). (3) Tanks shall be within a containment dike that can hold 250 gallons of fluid. A steel safety guard rail is also required to protect tanks and containment dike. The rail/s shall be 18 inch High; be painted yellow and fit within shop layout specifications as shown on shop drawing provided. Each tank shall be fitted with an individual pneumatic transfer pump to enable fluid to be transferred from a 55 gal drum to its bulk tank. Fluid will be transferred from the front end of each tank. Each tank shall be fitted with a pneumatic dispensing pump that is accessible from the front of the tank. Each tank shall be fitted with a bulk fluid fill port and related piping enabling tanks to be filled from the outside of the building via bulk carrier. Color code identification and fluid description shall apply on building exterior per corresponding bulk tank. Tanks are to have outside venting. (4) The FDS system shall include, but is not limited to, all necessary gauges, pumps, ball valves, fittings, filters, regulators, lubricators, metering equipment, and safety precautions. The 15W-40 Motor Oil, 80-90 Gear Oil, and Dextron 3 fluid is to be piped through central steel piping or hydraulic tubing. The antifreeze shall have a mixing valve that can be set to allow a combination of antifreeze and water. The antifreeze mix will be pumped through copper piping to the four (4) dispensing stations. All piping shall meet or exceed the maximum allowable dispensing pump working pressure and display fluid color code every 10 feet. The combination of fluids will be distributed to four (4) dispensing stations with a required GPM of 2.8 at dispensing stations. (5) Each dispensing station will consist of four (4) heavy duty hose reels. Each reel shall have the capacity to contain 100 ft of hose and display fluid color code and fluid ID. The reels will be mounted to a single post, floor mounted, steel stand. Fluid shall be dispensed using an electronic preset metering valve with a non drip nozzle; meter handle shall be five (5) ft above the floor. The stations shall not present a safety issue or create a congested work area. (6) In addition, there will be an instillation of a waste oil collection funnel/basin and an as-needed pipeline to enable a technician to pour used oil from inside the shop to an existing external five-hundred gallon (500 gal) double walled, diked tank that is located outside the building. An electronic tank gauge and high tank level auditable alarm is needed to allow shop personnel to be aware of the waste tank level from inside the shop. (7) The contractor will be required to furnish all materials and labor to install this entire system as a turnkey operation. 4. Reference Specification/Statement of Work, Additional Requirements, a), ADD: An emergency stop must be provided at each FDS reel and door locations specified on drawing provided to enable an operator to shut down the FDS system in the event of line rupture or other unforseen problem. 5. Reference Specification/Statement of Work, Additional Requirements, at paragraph beginning -- If a staging area is required....DELETE in its entirety; ADD: If a staging area is required for equipment such as tanks, an area will be designated by the Contracting Officer's Representative (COR). The Government will be responsible for clearing out locations where the FDS tanks and dispensing stations will be installed. 6. Reference Specification/Statement of Work, Additional Requirements, DELETE the following paragraphs in their entirety: TURNKEY SYSTEM, SYSTEM, and INSTALLATION; ADD the following: 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 warranty. All materials, parts, equipment, and documentation 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 distribution requirements. Within fourteen (14)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 2nd shift Depot hours of operation, 1600 hrs through 2400 hrs, Monday through Friday, (some 1st shift 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. 7. Reference Specification/Statement of Work, Additional Requirements, Acceptance Testing per Demonstration of Operational Performance, ADD: The Government will provide the necessary fluids for Acceptance Testing, Demonstration, and Training purposes. 8. The offer due date is extended. Delete 16 May 2008 @ 4:00P.M.; Add 20 May 2008 @ 4:00P.M. 9. All other terms, conditions, and requirements of the solicitation remain the same. 10. Attachment (1) to this Amendment 0004 is available from the Contract Negotiator. E-Mail jane.allardyce@us.army.mil to obtain drawing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11b6f8bfecf723a6c342752788f59d70&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
SN01573285-W 20080516/080514220940-11b6f8bfecf723a6c342752788f59d70 (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.