Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SPECIAL NOTICE

38 -- Removing an Underground Storage Oil Tank

Notice Date
9/7/2010
 
Notice Type
Special Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Fort Myer DOC, Bldg 205, Room 213, 204 Lee Avenue, Fort Myer, VA 22211-1199
 
ZIP Code
22211-1199
 
Solicitation Number
W91QF7-10-T-0193
 
Archive Date
12/6/2010
 
Point of Contact
mohamed.h.abdelghany, 703-696-7063
 
E-Mail Address
Fort Myer DOC
(mohamed.h.abdelghany@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91QF710T0193 Notice Type: Special Notice Synopsis: The Mission and Installation Contracting Command-Myer Directorate of Contracting has a requirement to Remove an Underground Storage Tank on Fort Myer, Washington, D.C. MICC-Myer DOC intends to award a 8(A) firm fixed price contract to R&J Ventures, Inc. 8600 Paps Pkwy, LaPlata, MD 20646. This will be a Set-Aside requirement to 8(A) under DFAR authority 252.219-7009. The applicable North American Industry Classification System (NAICS) code is 238990 with a size standard of $14.0 M. The Standard Industrial Classification code is 1799. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. MICC-Myer DOC will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement listed below to Mr. Mohamed Abdelghany via email at Mohamed.h.Abdelghany @us.rmy.mil or fax to (703) 696-7063, or by mail at the following address: 101 Bloxon stree STE 213A BLDG 205, Fort Myer,VA 22211. All responses are due by 12 PM (Eastern Standard Time) on Thursday, September 9, 2010. Performance Statement of Work Remove an Underground Storage Tank Fort Myer, Arlington, VA JBM-HH Directorate of Public Works Engineering Division 106 Stewart Rd. Bldg 313 Fort Myer, VA 22211 Subject:Removal of the Underground Storage Tank (UST) in the vicinity of Bldg. 452 Location:Vicinity of Building 452, Fort Myer, VA 22211 WR#:S8 07401 0J To:Prospective Contractors The following items define the scope/statement of work and general approach to the completion of the above referenced project. Revisions, if any, are in bold and eliminations from previous proposal are in strike thorough (thus not included as a part of this scope of work). 1.Background. There is one 1,000 gallon RCRA Subpart I regulated UST formerly used for storage of waste motor oil at Bldg 452 on Fort Myer. The UST and associated equipment were installed in 1994. A TLS 300 Veeder Root Leak Detection system was installed for the UST in May 2007. The 1,000 gallon used oil UST is no longer required and has to be closed in accordance with Virginia Department of Environmental Quality (VDEQ) Fact Sheet: Regulated Underground Storage Tank (UST) Closure. The UST was pumped empty in September 2009 and passed a tank tightness test the same month. 1.1.On or about HHMM on DDMMMYY, Firestone Inc. took over operation of the Auto Repair location at Fort Myer. Prior to this contract, the operator had utilized an UST in the vicinity of this location. Upon contract Firestone abandoned the use of this UST. The project goal is to remove this UST in compliance with all federal, commonwealth, and local requirements. 1.2.At Building 452 on Fort Myer, properly disconnect and remove Veeder Root leak detection system, sawcut concrete slab above UST and expose the top of the UST, excavate UST and transport for disposal, sample and analyze soils beneath the UST, backfill with clean compactable soil, replace concrete and prepare closure packet for submittal to VDEQ. 2.General Conditions 2.1.All work to be completed at Fort Myer, VA 22211. 2.2.Contractor is responsible for all means, methods, supervision and coordination to produce a quality finished product. Time is of the essence, and this project shall be given due consideration and staffing. The contractor must provide all equipment, material, and labor necessary to complete scope of work, described herein. 2.3.The contractor shall identify the personnel responsible for the work. In compliance with Directorate of Public Works (DPW) Safety & Health requirements, the contractor must provide, for approval, the name, work history, and background of the individual providing on-site, day to day supervision of all of the work (the superintendent) for approval by the government. In the event that the government does not feel this person is qualified to execute the appropriate level of supervision, the contractor will provide information for some other person that the government determines to be qualified. 2.4.The person named above will be required to be on-site at any time work is being executed on or in conjunction with the project and is responsible for and must be able to report on the location and number of employees working on the installation when requested. 2.5.In addition, the contractor shall provide a point of contact within the company to interface with the Contracting Officer (KO) and Contracting Officer Representative (COR)/ Project Manager (PM) and speak on behalf of the contractor on all contractual matters. Name, business address, phone number, e-mail address and hours of operation are the minimum information requirements. 2.6.Any discrepancy between the scope of work (SOW) and actual job conditions found during the project progress should be immediately reported to the KO & COR/PM in writing. 2.7.Any unforeseen site conditions will be immediately brought to the attention of the COR/PM for direction on how to proceed. NO additional work will be permitted without first being approved by the COR/PM and authorized by the KO. 2.8.In the case of inconsistencies, the contractor shall contact the COR/PM, identify the inconsistency, and seek guidance. The contractor is responsible for providing any requests for information (RFI) in writing to the COR/PM in order to clarify any and all portions of the work that may be in question. 2.9.Contractor must also supply, with each invoice, the number of labor hours (Certified Payroll) while performing this work. Payment delays will be incurred on invoices received without warranty information and certified payroll. 2.10.All work completed under this contract is subject to the Davis-Bacon Wage Act. 2.11.Concurrent with submitting invoices for payment, the contractor is obligated to email the KO & COR/PM informing them of the invoice submittal. Failure to do so may result in the forfeiture of any interest that may be owed to the contractor as is provided in the Prompt Pay Act. 2.12.Contractor agrees to warrant work for a period of 365 calendar days (or twelve (12) months which-ever is longer) from the date of acceptance by the COR/PM. Warranty will be furnished in writing and must accompany the contractors final invoice. 2.13.All materials required for the entire project shall meet industry standards, shall be new, free from all defects, of the best grade and quality, and entirely satisfactory for the purpose intended and shall be furnished in sufficient quantities to prevent delay. 2.14.Contract Performance Period: no more than 120 calendar days. 2.15.Regular Working Hours. The governments regular (normal) working hours are from 0700 to 1530, Mondays through Fridays, except (a) federal holidays and (b) other days specifically designated by the Contracting Officer. Federal holidays are New Years Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. 2.16.The Contractor is to provide a CPM/PERT Logic chart and/or a linked GANNT Chart schedule for all work activities to the COR/PM for approval prior to the initiation of any and all work and/or mobilization on the project site. The work schedule must be approved by the DOC KO prior to start of work and the most current, approved version posted at the work site at all times. This schedule is to account for all activities involved in the work, any and all administrative requirements required to execute the work described herein, and any and all supply, coordination, or subcontract efforts that may be required to execute the work. This schedule is to be provided in written and Adobe Acrobat readable format. 2.17.Contractor is expected to adhere to his proposed schedule, once approved, and provide the COR/PM updates on at least a bi-weekly basis in the above stated format. Any and all time extensions requested will have to be demonstrable to the government and based upon the approved schedule and updates provided by the contractor. 2.18.The Contractor is advised that this installation is the premier installation for the United States Military. There are times, as a result of heightened security measures (due to threats, visiting dignitaries, and other reasons), the contractor may not have access to the installation or portions thereof. Many of these events can and will be coordinated with the contractor prior to the event by the COR/PM; however, this may or may not be the case. In the event that it is determined that the contractor cannot work, the government shall furnish a time extension on a day for day basis for such interruptions as approved and agreed upon by the KO, however, the contractor will not be entitled to any additional compensation for such delays that may result. 2.19.The Contractor must be aware that Joint Base Myer Henderson Hall (JBM-HH) is a controlled access installation. As a result entry requires photographic identification and the potential of vehicle inspection in order to gain entrance onto the installation. Detention, delay, and or other challenges presented to the contract as a result of this fact are the sole responsibility of the contractor. 2.20.The Contractor is to execute such work, over whatever hours are required, inclusive of normal, weekend, overtime, alternate work time, as required, to complete the work at no additional cost to the government, within the prescribed period of performance. The contractor shall schedule and coordinate non-normal working hours work with the COR/PM. 2.21.Work shall be carried out on consecutive days and completed within the aforementioned contract performance period. 2.22.The Contractor is to comply with local noise ordinances. 2.23.Contractor will have access to the site through access to the Firestone Concessionaire parking location. The contractor is to provide an access plan and access requirements prior to mobilization to the site for approval by the COR/PM. 2.24.Quality Control (QC) must be in accordance with the Contractor Quality Control Procedures. The Contractor will furnish a copy of their QC program to the government upon request. The contractor shall appoint a quality control person. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The government will periodically evaluate the contractors performance and compliance with this SOW. Any and all discrepancies and/or non-compliance discovered regarding work executed for this SOW will require the contractor to re-accomplish the task 2.25.Safety must be in accordance with the Contractors Safety Program. The contractor will furnish a copy of their safety program to the KO & COR/PM upon request. The contractor shall be responsible for the safety of its employees, and Government employees within the work site premises during all operations in accordance with all Government safety requirements and guidance (EM-385-1-1), including the contractor providing and supervising the appropriate use of all personal protective equipment. 2.26.Any incident involving injury to contractors employees or property damage must be immediately reported to the DPW Contracting Officers Representative (COR)/Project Manager (PM). 2.27.During the performance of work under this contract, the contractor shall strictly adhere to Environmental Protection Agency Regulations (EPA), Federal Occupational Safety and Health Regulations (OSHA), U.S. Army Corps of Engineers Safety and Health Handbook (EM-385-1-1), as well as all applicable state and local requirements. 2.28.The contractor shall handle and store all combustible supplies, materials, waste and trash in a manner that prevents fire hazards to persons, facilities, and materials. 2.29.Environmental Protection. 2.29.1.The contractor shall comply with all applicable federal, state, and local laws, and with the regulations and standards. All environmental protection matters shall be coordinated with the KO. Inspection of any of the facilities operated by the contractor may be accomplished by DPW Environmental Division and/or Safety personnel, or authorized officials, on a no-notice basis at any time. 2.29.2.In the event that a regulatory agency assesses a monetary fine against the Government for violations caused by the contractors negligence, the contractor shall reimburse the Government for the amount of that fine and other costs. The contractor shall also clean up any oil spills that result from the contractors operations. The contractor shall comply with the instructions from the DPW Industrial Hygienist with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of military of civilian personnel. 2.29.3.The contractor shall provide a list of all Hazardous Materials to be used on the Post and a MSDS shall be provided for each material listed. 2.30.Before completion of work each day, the contractor shall secure all supplies, materials and equipment. Contractor shall also remove all scrap, debris, etc. and dispose off-post, unless otherwise directed elsewhere in this SOW and leave the job site in a clean, orderly and safe manner each day. 2.31.Disposal. 2.31.2.Debris, rubbish, hazardous waste and unusable material resulting from the work under this contract shall be disposed of by the contractor legally and in compliance with all regulations as may pertain at his expense off of Government property. 2.31.3.All recyclable materials; aluminum and metal cans, glass bottles and jars, plastic bottles, newspapers, cardboard, high grade paper, mixed paper, scrap metal, scrap lumber, pavement debris, and vegetation wastes shall be segregated, removed from the Post, and disposed of in accordance with Department of Defense recycling and solid waste management regulations. 2.31.4.Hazardous waste must be disposed of in accordance with the Resource Conservation and Recovery Act. 2.32.Permits: The contractor shall, without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state, and local laws. Evidence of such permits and licenses shall be provided to the KO before work commences. 2.33.Notwithstanding any other provisions of this scope of work (SOW), the contractor shall comply with applicable rules, laws, regulations and policies, in effect at Joint Base Myer Henderson Hall (JBM-HH), and all US laws. 2.34.Contractor shall ensure they comply with any and all additional provisions as applicable to contractors working at JBM-HH. 2.35.All Government design manual standards, the United Facilities Criteria (as posted on www.wbdg.org), the latest edition of the International Building Code (IBC) 2006, (inclusive of Section 1025, Emergency Escape and Rescue), and other applicable industry standards, or better, are to be complied with unless otherwise stated. The Authority Having Jurisdiction for the applicability of any and all code provisions is the Chief, Engineering Division, JBM-HH DPW. 2.36.Unless otherwise indicated, the Government is represented by the COR/PM. 2.37.Smoking will be prohibited anywhere on the Post so designated on Government property and at all times in such locations. 2.38.Work shall be completed in one construction phase. 2.39.Contractor will have access to all work areas at one time. 2.40.Contractor will be allowed to use Government restroom facilities in the AAFES Shoppette (Building 441) location nearby the site, however, the Contractor will ensure they are cleaned after use to the satisfaction of the COR/PM. 2.41.Government will provide a location convenient to the work for a temporary site storage container, if determined necessary. 2.42.Contractor to provide As-Built Drawings to the KO & COR/PM for review/approval. 2.43.Contractor will provide protection to all areas adjoining or within the area of the work that are not to be affected or damaged. 2.44.Contractor shall repair any and all damaged items as a result of his efforts not included in this SOW, to their original condition or better. 2.44.2.On-going site cleanup and final site restoration is required in this contract. 2.44.3.The contractor will be held responsible to repair any damage to the structures, the site and/or property as part of this contract to the satisfaction of the Government. 2.44.4.Routine cleanup of the project will encompass all areas used by the contractor during construction. 2.44.5.Site Restoration: 2.44.5.1.If topsoil is required to repair damage to the grounds, it will be screened by the supplier, removing rocks and other debris. 2.44.5.2.The grounds will be repaired, established, watered and sodded to the satisfaction of the Government. 2.44.5.3.During spring and summer - Turf type tall fescue at 5 lbs. per 1,000 sq. ft. Late fall/winter - Kentucky bluegrass at 1-1/2 lbs. per 1,000 sq. ft. 2.45.Contractor will coordinate with site utility locator services (e.g. Miss Utility) prior to beginning work /excavation. 2.45.2.Contractor will complete the DPW standard excavation permit application form and submit to the COR/PM in order for DPW In-House forces to complete utility markings as part of the excavation permit approval process. The contractor will not be able to commence with work operations until the excavation permit has been approved. Contractors construction schedule should reflect a 14 day period to allow DPW In-House forces to complete utility marking actions. 2.46.Contractor will comply with the Virginia Sediment and Erosion Control Manual in all respects. Contractor is to design, provide, furnish, install, and maintain all required Erosion and Sediment controls to the acceptability of the COR/PM. 2.47.Temporary barricades and sediment control are to be provided, as required by either the Virginia Sediment and Erosion Control Manual, COR/PM, or other plan (with the most stringent being applicable). 2.48.Contractor will provide Movement of Traffic (MOT) and applicable Traffic control measures as required. Coordination of these measures shall be with the Fort Myer Directorate of Emergency Services, Traffic Division (current POC: Lt. Ron Foster). 2.49.The contractor shall coordinate any oversized deliveries with the COR/PM in order to allow access to the installation through the proper gate. 2.50.Contractor is required to visit the site prior to submission of a proposal. Contractor is responsible and will execute such measurements and calculations to determine the quantities required to execute the work described herein for bidding, construction estimating, and work execution. The Government will make no guarantee or other confirmation of the applicable quantities, the Contractor makes these determinations at their own risk. 2.51.The contractor is to be present for and participate fully in a pre-construction/contract initiation meeting held by the KO prior to any work beginning or ordering of any materials, unless otherwise directed by the KO. The information discussed and clarifications made in this meeting will be made biding on the contract as indicated by the KO. 2.52.It is noted that the COR may be different than the PM for this project. These designations will be clarified and determined during the pre-construction/contract initiation meeting prior to the Notice to Proceed provided by the Directorate of Contracting (DOC) warranted Contracting Officer (KO). 3.Government Provided Items: 3.29.Engineering Materials Testing other than that indicated elsewhere in this SOW. 4.Selective Demolition: 4.29.Investigate, understand, and properly disconnect the existing Veeder Root leak detection system. 4.30.Sawcut, break up and remove concrete from area above the Underground Storage Tank (UST). Size, depth, and cut back shall be sufficient for safe and legally regulated removal of the UST. 4.31.Excavate, remove, and dispose of off-site legally soils and other materials (e.g. extracted pea gravel) as found in order to extract the UST. 4.32.Provide soil sampling plan for the soil beneath and to the side of the UST to be removed (this is listed also as a submittal). 4.33.Collect, test, and analyze discrete soil samples from beneath the former UST location based upon the approved soil testing plan. Samples must be analyzed in accordance with approved Environmental Protection Agency (EPA) or the Commonwealth of Virginia Department of Environmental Quality (DEQ) methods. 5.Architectural Work: 5.29.None 6.Civil Work: 6.29.Provide, furnish and install backfill material that is either Virginia Department of Transportation (VDOT) #21A stone (or equivalent) or another approved clean compactable soil to within eight (8) inches of finish elevation. Soil is to be compacted in lifts of no more than eight (8) inches in depth and to 90% of proctor density. Contractor is to provide testing data from a nuclear densometer for every other lift executed. 6.30.Provide, furnish and install concrete topping slab that is a minimum eight (8) inches in thickness, is reinforced to carry no less than AASHTO HS-20 equivalent traffic (reinforcement is to comply with ASTM standards), matches to existing pavement elevation, uses either VDOT A3 Paving, A3 General, or A3.5 General Concrete materials (or equivalent), and has a broom or moderately coarse surface condition. 6.31.Provide Materials Testing for the concrete in accordance with (IAW) ASTM C39. Provide and furnish the government the results of this testing IAW that standard. 6.32.Provide final cleaning and remove any and all related items from the work that remain from the site IAW with the general conditions above. 6.33.Prepare and provide to the Government and (upon direction from the Government) the regulating agency the closure packet in accordance with DEQ Fact Sheet: Regulated UST Closure. 6.34.Provide and furnish to the government a final report. The report shall contain a final letter documenting the closure work accomplished at the UST site shall be prepared by the contractor for the DPW and the Environmental Directorate. In addition to the letter report, the contractor will prepare a Closure Packet in accordance with the DEQ Fact Sheet: Regulated UST Closure. 7.Structural Work: 7.29.None 8.Mechanical Work: 8.29.None 9.Plumbing Work: 9.29.Clean the removed UST and vacuum residuals. Remove and properly dispose of empty UST. 10. Electrical Work: 10.29.None 11.Submittals: The contractor will certify that submittals meet the requirements of the plans, specifications, and the above SOW. The Contractor shall allow for no less than 14 calendar days for submittal review by the government. THE CONTRACTOR SHALL NOT BE PERMITTED TO INSTALL ANY AND ALL ITEMS LISTED BELOW WITHOUT AN APROVED SUBMITTAL MATCHING WHAT IS TO BE INSTALLED IN ALL RESPECTS. Submittal Logs will be provided. Shop drawings, product data, and samples will be submitted for all equipment and materials related to the following list (written submittals will be sent in hard-copy form as well as electronically in Adobe Acrobat readable format to the COR/PM): 11.29.Project Schedule 11.30.Project Schedule of Values 11.31.Project Superintendent Information 11.32.Soil Sampling Plan 11.33.Soil Sampling Results. This is to be furnished no later than 30 days after removal or in accordance with regulatory guidance, whichever is more stringent. 11.34.Backfill Materials 11.35.Backfill Materials Testing Data. This is to be provided prior to the emplacement of any concrete materials. 11.36.Concrete Material 11.37.Concrete Testing Report. See the above information in Civil Work pertaining to the delivery of this report. 11.38.Concrete Slab Reinforcement Plan 11.39.Reinforcing Materials 11.40.Final Report 11.41.DEQ Closure Packet 12.Contractor Exclusions and Clarifications: 12.29.None End of Scope of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/068bb34f60962dc5d1ada42f1f05f4ba)
 
Record
SN02270663-W 20100909/100908063004-068bb34f60962dc5d1ada42f1f05f4ba (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.