Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

H -- Tank System and Associated Piping Thickness and Tightness Testing - QASP

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-18-R-0006
 
Archive Date
5/9/2018
 
Point of Contact
Amy DuBree, Phone: 4438614743, Sherry L. Compton,
 
E-Mail Address
amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil
(amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QASP COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-R-0006 TANK SYSTEM AND ASSOCIATED PIPING THICKNESS AND TIGHTNESS TESTING This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-96. The solicitation number for this request for proposal (RFP) is W91ZLK-18-R-0006. This requirement is under the associated North American Industry Classification System (NAICS) Code 541330, Engineering Services and the Small Business Size Standard $15M. The Government contemplates award of a Firm-Fixed Priced contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services. The objective of this requirement is to conduct Thickness and Tightness Testing to ensure sufficient structural strength as required by the Resource Conservation and Recovery Act (RCRA) Permit and the Code of Maryland Regulation (COMAR) 26.13.05.10D(4) of the tank system and associated piping equipment will be tested for structural integrity and leaks. Contractor shall provide a final written inspection report on the piping and each of the five tanks; four (4) elevated tanks and one (1) sump tank below grade. Contractor shall provide all instrumentation, transducers and personnel required to perform services. The report shall include vessel and piping layouts and vessel drawings. Each drawing will show associated thickness results. The deliverables shall include a Final Written Inspection Report (DI-MISC-80711A) and a briefing to the Chemical Transfer Facility personnel. The tanks include a reactor tank (500 gallon), a sump tank (600 gallon), a receiving tank (1800 gallon), and two final hold tanks (1800 gallon each). Four of these tanks are above ground on saddles, the sump tank is below floor level and requires access going down a ladder. These non-insolated tanks will not be empty during testing. These tanks require external inspections including API-653, API-570, and STI SP001. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Tank System Testing W91ZLK-18-R-0006 PRICE Proposal Volume II: Tank System Testing W91ZLK-18-R-0006 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-R-0006 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: BASE YEAR Item 0001: The Contractor shall provide services IAW with the Performance Work Statement. QTY: 1 Unit Cost: JOB FFP: Item 0002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the performance work statement, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP Volume II: Detail Technical Proposal to include the following elements: 1. Technical Capability - The Offeror shall provide its understanding of the PWS and provide a detailed discussion of how the contract would be executed to meet the PWS requirements. The narrative shall demonstrate the Offeror's knowledge of regulations related to the PWS. The Offeror shall use specific examples of previously satisfactorily completed work to demonstrate experience with similar work. An Acceptable rating will be given to Offerors that adequately address the methods and approach for performing the work. 2. Personnel Requirements: Inspection personnel shall be certified Level III, in Ultrasonic Testing, by the American Society of Nondestructive Testing. Vendors shall provide proof of certification. 3. Proposals shall NOT indicate offerors business name, location or any other corporate information except on PAGE 1 of the proposal listed only as the cover page. NO additional distinguishing information shall be incorporated in the proposal submission. Non-compliant submission will not be considered for technical evaluation. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil by 17 April 2018, 10:00 a.m. EST. SUBJECT LINE: W91ZLK-18-R-0006 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Proposals must be signed, dated, and received by 24 April 2018, 10:00 a.m. EST via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil NO TELEPHONE INQUIRIES WILL BE HONORED. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest.   EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor must achieve technically acceptable rating on all technical factors to be considered technically acceptable. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil   PERFORMANCE WORK STATEMENT TANK SYSTEM AND ASSOCIATED PIPING THICKNESS AND TIGHTNESS TESTING AT THE CHEMICAL TRANSFER FACILITY, BLDG E3832 ABERDEEN PROVING GROUND MD 21010 1. INTRODUCTION 1.1 BACKGROUND The following Performance Work Statement (PWS) will be performed to provide Thickness and Tightness Testing in accordance with the Code of Maryland Regulation (COMAR) for a hazardous waste tank system consisting of five (5) storage tanks and associated piping located at the Chemical Transfer Facility Building (E3832) Aberdeen Proving Ground Edgewood Area, Maryland 21010. 2. AVAILABLE INFORMAITON It is understood that the Government will provide the following information and documentation regarding the Chemical Transfer Facility (CTF) tank system to the awardee: a. Previous Professional Engineering Certification in conformance with Resource Conservation and Recovery Act (RCRA) and any available contract documents consisting of design documents (plans and specification and design report) with modifications, if any, made during the installation and operational history of the tank system. All documentation is stored on site for review. b. Results of original tank and piping thickness and tightness testing. All documentation is stored on site for review. c. List of personnel familiar with the installation and operation of the system for conducting interviews to establish the installation procedures and/or past operational performance of the system. d. Standing Operating Procedures (SOP) and Operations and Maintenance (O&M) Manuals related for the tank system. 3. SCOPE OF SERVICES The contractor shall conduct thickness and tightness testing to ensure sufficient structural strength as required by the Resource Conservation and Recovery Act (RCRA) Permit and the Code of Maryland Regulation (COMAR) 26.13.05.10D(4) of the tank system and associated piping equipment since it will be tested for structural integrity and leaks. Contractor shall provide a final written inspection report on the piping and each of the five tanks; four (4) elevated tanks and one (1) sump tank below grade. Contractor shall provide all instrumentation, transducers and personnel required to perform services. The report shall include vessel and piping layouts and vessel drawings. Each drawing will show associated thickness results. The deliverables shall include a Final Written Inspection Report (DI-MISC-80711A) and a briefing to the Chemical Transfer Facility personnel. The tanks include a reactor tank (500 gallon), a sump tank (600 gallon), a receiving tank (1800 gallon), and two final hold tanks (1800 gallon each). Four of these tanks are above ground on saddles, the sump tank is below floor level and requires access going down a ladder. These non-insolated tanks will not be empty during testing. These tanks require external inspections including API-653, API-570, and STI SP001. 4. REQUIREMENTS Personnel Requirements: Inspection personnel shall be certified Level III, in Ultrasonic Testing, by the American Society of Nondestructive Testing. Inspection personnel shall provide proof of certification. 5. PERIOD OF PERFORMANCE Testing must be completed by 1 July 2018. If not completed by this date the Chemical Transfer Facility will be in violation of the MDE Permit and fines will occur. A contract option shall exist for the completion of tank thickness and tightness testing during June 2018, to be scheduled by mutual agreement between the Government and the Contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0a55f9c69a3d194da4cf4bed86d1c6f)
 
Place of Performance
Address: Edgewood Chemical and Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04851136-W 20180314/180312231309-d0a55f9c69a3d194da4cf4bed86d1c6f (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.