Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

Z -- Zapata Station, Above Ground Fuel Storage Tank Safety Repairs

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
20065658-JAM
 
Point of Contact
Jon A. Massey, Phone: 3176144591, Matthew A. Korn, Phone: 3176144546
 
E-Mail Address
jon.massey@dhs.gov, matthew.korn@dhs.gov
(jon.massey@dhs.gov, matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK For the Zapata Station, Above Ground Fuel Storage Tanks Safety Repairs Intent: Install fuel dispensers and hoses, nozzles, pumps, and accessories to allow the safe fueling of vehicles by agent from the groun d. Convert existing diesel fuel storage tank to gasoline and perform certification inspections and report once all work has been completed. Project Description: Two existing Above Ground Storage Tanks (ASTs) need to have a ground level dispenser installed that will allow agents to fuel their vehicles from the ground. Hoses, nozzles, break-aways, pumps, switches and other accessories will be installed at the same time to make this needed safety upgrade complete and functional. One tank is used as a diesel fuel tank and it will need to have the in line fuel filters changed to gasoline and the tank labels changed from diesel to gasoline. As part of this safety upgrade we will be changing out the in line fuel filters of both ASTs. Installation must meet or exceed any/all federal, regional, state and/or municipal laws and regulations. The cost of these repairs, services, and inspections are not allowed to exceed the amount of the monetary award for this project. Project Location: Border Patrol Station 105 Kennedy Street Zapata, TX 78076 Project Points of Contact: Primary POC and COTR Henry Gonzales US Border Patrol Maintenance Supervisor 207 Del Mar Blvd. Laredo, TX 78041 HENRY.GONZALES.cbp.dhs.gov (956) 764-3355 Office Primary POC and Contracting Officer Lety Ramos US Border Patrol Maintenance Supervisor 207 Del Mar Blvd. Laredo, TX 78041 LETY.S.RAMOS.cbp.dhs.gov (956) 764-3278 Office Secondary POC and COTR Rey Ortiz US Border Patrol Maintenance Supervisor 207 Del Mar Blvd. Laredo, TX 78041 REY.ORTIZ.cbp.dhs.gov (956) 764-3069 Office General Requirements: N o changes to this statement of work or increases to the cost shall be made without prior approval of the Project Contracting Officer. All work shall be performed in accordance with the Scope of Work for this project and in accordance with Federal, State, and local building codes for Above Ground Fuel Tank installations. Workers shall be cleared by CBP Security before commencing work on this project. COTR perform a final walk through. This is a prevailing wage project subject to Federal Acquisition Rules. The contractor shall provide all necessary permits, if required, for this project. This scope of work must be referenced within any bids tendered for this offer. Contractor shall be responsible for the purchase and installation of all materials. All materials used by contractor shall be new. The contractor is responsible for the cost of repairing or replacing, at the discretion of the Contracting Officers Technical Representative, (COTR) assigned to this project by the Contracting Officer (CO) all Government property that is damaged by the prime contractor or any of its sub-contractors, such as but not limited to walls, floors, fixtures, etc. All health and safety standards shall conform to OSHA regulations 29 CFR 1910 and 1926. The execution/interruption of this contract will be directed by the CO, the assigned COTR, and/or the Alternate Point of Contact (ACOTR). The contractor shall have and provide written proof of liability insurance with appropriate bond coverage upon request from the COTR. All aspects of work shall meet or exceed Municipal, Local, State, and National, (UPC NEC, FCA, FCC, IEEE, NEMA, ANSI), and other codes regulations and standards that apply, in all instances, the most restrictive codes will be applied. All items shall be installed and work completed according to manufacture recommendations, and is consistent with work done at the journeyman and craftsman level. To have a proposal considered for award, contractor will perform a thorough assessment (site inspections) to study and ascertain size, amount, condition of equipment and type of materials and equipment required and observe the sites general layout of the fire systems before being allowed to bid on the contract. Arrangements to visit the project sites shall be made with the COTR at lease seventy-two (72) hours in advance, and will be scheduled as time permits by the COTR. This is a turn-key project, all-inclusive single source of equipment, materials and installation. The contractor shall coordinate with the COTR to schedule planned work, estimated down times, and other items that may affect operations in any way of the station and its personnel. The contractor shall also understand and do the following: Confine operations to areas within contract limits; Portions of the site beyond areas in which work is indicated are not to be disturbed; Keep driveways and entrances serving the premises clear and available to the (Organization) and the government's employees at all times; Do not use these areas for parking or storage of materials; Schedule storage to minimize space and time requirements and equipment on site; All equipment, service and materials shall meet or exceed specifications. Specific Requirements : Install two Fillrite Model FR902 RU AST remote dispensers units or equivalent (one for each tank) each with a Fill Rite 3/4hp fuel pump Model FR313V or equivalent. These units will be installed with the following accessories and parts (see list) or equivalent needed to upgrade 2 AST tanks to current safety standards and allow fueling of agent vehicles from the ground. In all instances the parts to be installed for this modification shall be as specified or an equivalent part that has been approved by the Project COTR. Parts list: Part Number Description Quantity 1. OPW 61FStop-1000 2" AST Overfill Valve 2ea 2. OPW 61FT-0206 2" X 6" Drop Tube Kit 2ea 3. PC 40510W-AD Fuel Filter (400HS-10) 12 G 2ea 4. PC.75N1.5-16AD Filter Adaptor ¾" in/out 40510/3 2ea 5. FLR FLXHW100900 5/8" X 9' HW M X M Hose Black 2ea 6. OPW 45-5060 Swivel ¾" 2ea 7. OPW 66V-0300 Breakaway ¾" 2ea 8. OPW 11BP-0400 Nozzle Pressure Sensing Unlead 2ea 9. FLR FLXHW100009 Blk 5/8" X 9" Black Whip Hose 2ea 10. Fill Rite 313V 3/4hp Remote Pump 2ea 11. Fill Rite FR902RU AST Remote Dispenser Unit 2ea Once the tanks have been modified they must be inspected and certified. The inspection shall be performed in accordance with 40 CFR 112.8(c) (6) and the Steel Tank Institute standard SP001 - 5.0. Each tank shall receive a separate inspection and certificate. If any deficiencies are found they will be included in the report given to the COTR. Once the tank certifications are complete the fuel dispensers need to be calibrated and their delivery rates and tolerances documented as correct. Metals: •· There will be no bare metal; all metal will be painted, galvanized, or non-rusting. Fastening: •· Appropriate manufactures recommendations will guide all fastening. Electrical: •· All electrical work will comply or exceed current NEC code. Project Management: Contractor is responsible for the clean up, backfill, and removal of all debris associated with the project from the sites. The contractor shall comply and incorporate any/all applicable and relevant laws, rules, and regulations related to the work. The Zapata Station will remain occupied for business during all work to be accomplished by the Statement of Work. Contractor shall notify Contracting Officer, or Authorized Representative (COTR), in writing at least 48 hours in advance to request a deviation to established work schedule. Any work that will disrupt ongoing Border Patrol operations must be scheduled 2 weeks in advance. All applicable Life Safety Code provisions shall remain in effect during the life of the project. If required, the Contractor shall post directional and informational signage in English, and as required. This will be for informing tenants, clients, and the public of changes in parking, ingress, and egress to the site. The Contractor shall maintain a clean and safe workplace. Daily cleanup is required. Contractor will follow the security guidelines issued to them as part of their contract, and will coordinate work schedule in order to minimize personnel impacts. Deliverable: Schedule: Within fourteen (14) days of the purchase order award date, the contractor shall submit a schedule (basic concept and proposed plans for preliminary work details) for this requirement, staying within this scope of work. This deliverable shall include outline specifications (cut sheets) and labor requirements (hours, days, etc.). Basic fieldwork performed at the site visit shall aid the contractor in submitting and developing the schedule for the existing conditions of the fire safety systems. The proposed schedule shall include: proposed work plans, with any various details provided (hours, days, etc.). COTR will review, alter, and add comments if necessary, then forward back to the Contractor to incorporate into their proposed schedule. Only after the COTR has approved the schedule put forth by the contractor in writing (e-mail), will he give the notice to proceed. The notice to proceed will be granted in writing by the COTR with the title/subject line "Notice to Proceed". Plans and Hours: Hours: All NON-EMERGENCY, routine work and contractor's activities at any government facility will be from 8:00 a.m. to 4:30 p.m., Monday through Friday, with Federal Holidays excluded. All contractors' activity will be scheduled so that completion of activities will take place during the specified time. The contractor will coordinate with the COTR or his Representative to schedule planned work and phases of work, estimated down times, and other items that may affect operations of the Station. Meetings and Reviews: Contractor Project Manager can request Meetings and Reviews, if necessary with the COTR/APOC with 72 hours notice in writing (e-mail). COTR/APOC can request a meeting, reviews, and or audit if necessary with the Contractor Project Manager with 24 hours notice. Period Performance: Project will start within twenty-one (21) calendar days of "Notice to Proceed." All work, inspections and reports will be completed and delivered within twenty-one (21) calendar days of start of work on this project. Post Award Conference: No post award conference will be held. Government Furnished Equipment Facilities and Materials: Storage space and staging areas can be arranged at the project sites if needed. Coordination is necessary 72 hours in advance with the COTR. Please be advised there is no security at the sites. Male and female restrooms are available at the site (Boat Barn). The on site dumpsters can also be used for non-hazardous" waste only as long as space for refuse from normal operations is not hampered, or additional pickup trips are required. Evaluation Criteria: One firm-fixed price purchase or delivery order will be made to the lowest priced technically acceptable, responsive and responsible party, whose proposal will meet the governments requirement in the SOW. Payment: A Purchase or Delivery Order will be issued for the work described in this notice. Net 30 payment terms will apply to the order, however, payment will not be made until inspection and acceptance of work has been performed by the Government COTR assigned to this contract, original invoice has been submitted by the vendor. An invoice shall not be submitted until all work has been completed and accepted by the Government. SECURITY PROCEDURES A. Controls The Contractor shall comply with the Bureau of Customs and Border Protection (CBP) administrative, physical, and technical security controls to ensure that the Government's security requirements are met. B. Identification Badges All Contractor employees shall be required to wear identification badges as applicable when working in Government facilities. These items will be provided by contractor. C. Security Background Data A Contractor employee shall not begin working under the contract until a favorable security background check is completed with approval from the U.S. Border Patrol Laredo Sector Senior Security Specialist. Exceptions to this requirement will be handled on a case-by-case basis, and access to facilities, systems, data, etc. will be limited until the individual is cleared. Contractor employee personnel hired to work within the United States or its territories and possessions that require access to CBP facilities, information systems, security items and products, and/or sensitive but unclassified information shall either be U.S. citizens or have lawful permanent resident status. The following security screening requirements apply to both U. S. citizens and lawful permanent residents who are hired as Contractor personnel. All personnel employed by the Contractor or responsible to the Contractor for the performance of work hereunder shall be able to favorably pass a Security Background Check. The Contractor shall submit within ten (10) working days after award of this contract, copies of employee's Drivers License(s) or State/Federal Picture I.D., Social Security numbers, Birth Certificate and/or I-551 (Resident Alien Card). The copies must be hand delivered or faxed to Contract Specialist Leticia Ramos at 956-764-3047. Failure of any Contractor personnel to pass a favorable Security Background Check means that the Contractor has failed to satisfy the contract's requirement to provide cleared personnel. The Contractor's failure to meet the requirement to provide cleared personnel is grounds for termination of the contract, unless cleared personnel are timely provided as replacements. The Contractor must provide a qualified replacement capable of passing a favorable Security Background Check. This policy also applies to any personnel hired as replacements during the term of the contract. The Contracting Officer must approve all personnel replacements. D. Notification of Personnel Changes The Contractor shall notify the Contracting Officer via phone, FAX, or electronic transmission, no later than one work day after any personnel changes occur. Written confirmation is required for phone notification. This includes, but is not limited to, name changes, resignations, terminations, and reassignments (i.e., to another contract.) Web Sites providing information supporting this SOW: To view 40 CFR 112.8(c) (6) standards go to http://law.justia.com/us/cfr/title40/40-21.0.1.1.7.2.6.1.html To view Steel Tank Institute standard SP001 - 5.0. standards go to http://www.steeltank.com/Products/SP001StandardFAQs/tabid/190/Default.aspx ATTACHMENTS Photos: N/A Sketches: N/A Contractor's interest in submitting a quote for this work effort should notify the Contract Specialist, via email, listed below: Jon Massey, Contract Specialist Department of Homeland Security Customs and Border Protection 6650 Telecom Drive Intech Two, Suite 100 Indianapolis, IN 46278 Telephone: (317) 614-4591 Facsimile: (317) 298-1344 Email: jon.massey@dhs.gov Contractor's shall arrange for site visit of the work site by contacting: Primary Point of Contact: Dwayne McGee Facility Operation Specialist Office: (956) 764-3281 Email: dwayne.mcgee@cbp.dhs.gov Secondary Point of Contact Rick Mandigo Facility Operation Specialist Office: (956) 764-9790 Email: rick.mandigo@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20065658-JAM/listing.html)
 
Place of Performance
Address: 105 Kennedy Street, Zapata, Texas, 78076, United States
Zip Code: 78076
 
Record
SN02554343-W 20110831/110830000237-de955328e90b5e1361936f8fceaaae96 (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.