Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

Z -- Synopsis - Fueling System Pumps & Communications (CURE-BLCA)

Notice Date
5/15/2018
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NPS, IMR - Lakewood MABO 12795 W Alameda Parkway Lakewood CO 80228 US
 
ZIP Code
00000
 
Solicitation Number
140P1218Q0061
 
Response Due
6/27/2018
 
Archive Date
7/12/2018
 
Point of Contact
Fox, Marcia
 
Small Business Set-Aside
Total Small Business
 
Description
(1) Date: May 15, 2018 (2) Product or Service Code: Z2JZ (3) Contracting Office Address: NATIONAL PARK SERVICE Intermountain Region Lakewood MABO 12795 West Alameda Parkway (4) Subject: Replace Fuel System Pumps and Communications Equipment at Elk Creek and South Rim (5) Proposed Solicitation Number: 140P1218Q0061 (6) Closing Response Date: June 27, 2018 (7) Contact Point or Contracting Officer: Marcia Fox (8) Description A.General: Curecanti National Recreation Area and Black Canyon of the Gunnison National Park have a requirement for the replacement of existing bulk fuel distribution system components. The requirement includes all labor and materials for replacement of fuel control systems, dispensers and activation keys. This will include the removal and replacement of the existing card-activated Gasboy control and communications consoles at the Elk Creek Maintenance Facility at Curecanti and at the South Rim Maintenance Facility at Black Canyon. The systems shall be replaced with electronic key activated consoles such as the Syntec Fuel Master Management System or similar system from another manufacturer. All system components will be provided and installed by the contractor. The requirement shall also provide for the replacement of four existing fuel pump dispensers. There is one gasoline and one diesel dispenser at each park for a total of four single product dispenser pumps to be replaced. The scope will include all labor and materials including electrical wiring and programming required to remove the old dispensers and replace them with new dispensers such as the Wayne Select Series Electronic Fleet Fuel Dispenser or comparable units. Scope will also include removal and off-site disposal of all old equipment removed. Additionally, the project will provide for 150 electronic programmable system activation/access control keys such as PROKEE or similar product. Pricing shall include all applicable freight charges for delivery of materials as well as all associated travel and expenses for contractor technicians to complete all installations. Finally, the scope of the project shall include the relocation of the existing emergency shutoff switches at Elk Creek to a location greater than 25 feet (ft) away from the fuel pumps. Currently, this switch is located 18 ft from the pumps and is in non-compliance with OSHA and NFPA standards. The contractor shall provide parts and labor to relocate this switch to a compliant location at least 25 ft away from the fuel pump dispensers. The park has determined the location and photos are included in this package for reference. Relocation of the Emergency shutoff is only required at Elk Creek and will not be needed at South Rim. Work shall be completed Monday-Friday from 7:00am -5:00PM. No weekend or holiday work will be permitted. Contractor shall provide applicable operations and maintenance manuals for all system components and shall provide training to park employees on system programming and general use requirements. All equipment provided must be compatible and function as one system for each of the two sites. During the project, the contractor shall comply with all applicable laws and regulations and comply with park policies and restrictions including disposal of construction debris offsite. B.Replace Fuel Management Control and Communication Console at Elk Creek and South Rim: 1.Qty 1: - Electronic key activated fuel management console for Curecanti maintenance facility at Elk Creek such as Syntec Fuel Master or similar. Console shall be certified to UL1238 Standard for flammable liquid dispensing devices Console shall be certified to UL913 for Intrinsically Safe Apparatus and Associated Apparatus for use in Class I, II and III, Division 1, Hazardous Locations. Console in conjunction with key system shall track vehicle odometer via OBD port or vehicle speed sensor Console shall be capable of controlling two pumps and distributing both gasoline and diesel fuels from a single console linked to two dispensers. Console shall be able to withstand temperature range of -20C 85C. Input voltage range 12-42VDC Current Draw: Max 150mA, Avg. 100mA. Old console will be removed by the contractor and disposed of off-site by the contractor. Contractor will provide installation of new console including all electrical connections and provide system programming. Shall include standard warranty against defects and workmanship of install. 2.Qty 1:- Electronic key activated fuel management console for Black Canyon maintenance facility at South Rim such as Syntec Fuel Master or similar. Console shall be certified to UL1238 Standard for flammable liquid dispensing devices Console shall be certified to UL913 for Intrinsically Safe Apparatus and Associated Apparatus for use in Class I, II and III, Division 1, Hazardous Locations. Console in conjunction with key system shall track vehicle odometer via OBD port or vehicle speed sensor Console shall be capable of controlling two pumps and distributing both gasoline and diesel fuels from a single console linked to two dispensers. Console shall be able to withstand out door temperature range of -40F 100F. Input voltage range 12-42VDC Current Draw: Max50mA Old console will be removed by the contractor and disposed of off-site by the contractor according to all applicable disposal regulations. Contractor will provide installation of new console including all electrical connections and provide system programming. Shall include standard warranty against defects and workmanship of install. 3.Qty 150:- Electronic access control keys for system activation and control such as Syntec Prokee or similar product to be compatible with both fuel control consoles above. Shall contain programmable read/write memory Shall be portable and able to mount on a vehicle keychain. C.Replace Fuel Dispensers/ Pump Assemblies at Elk Creek and South Rim 1.Qty 2: Single product/ single hose electronic fuel dispenser/Pumps for Curecanti maintenance facility at Elk Creek. Such as Wayne Select, EC Series or similar. Contractor shall supply dispensers as well as installation. Contractor will remove and dispose of old dispensers off site according to all applicable regulations. One pump/dispenser shall be provided for Unleaded Gasoline. One pump/dispenser will be provided for Diesel Fuel. Pumps shall have a delivery capacity of at least 20 gallons per minute. Dispensers shall come configured in lane orientation with hose mounted on the front of pump cabinet Electrical requirements shall be 120VAC 60hz, Motors 120/240VAC 50/60 Hz All Suction pumps shall operate at 110VAC All Shall include 110VAC 1.5 inch solenoid Both pumps shall be lane oriented with hose/nozzle on the front of the dispenser cabinet  Dispensers/pumps shall be compatible with low viscosity petroleum fluids meeting ASTM standards Inlet connection 1 male NPT Discharge 1 NPT Pump motors shall produce at least 1 HP and possess thermal overload protection Shall include 7 digit electromechanical totalizers (non-resettable). Dispensers shall include internal filters with 40 GPM/ 151 LPM, 30 micron elements Dispenser cabinets shall have lighted product ID panels Dispenser cabinets shall be constructed of heavy gauge galvanized steel and be weather and corrosion resistant. Must have hinged service doors for maintenance and repair access. Dispenser cabinets shall be powder coated for corrosion resistance Dispenser cabinets shall be equipped with hose hangars. Dispenser Cabinet dimensions shall not exceed 32 in width X 20 in depth x 64 in height Dispensers shall be provided with all associated appurtenances including fueling hoses at least 15 feet in length and nozzles. Pricing shall include these items. During removal and installation procedures, the contractor will follow all applicable laws and regulations as well as conform with the park s Spill Prevention and Countermeasure Plan (SPCC). 2.Qty 2: Single product/ single hose electronic fuel dispenser/Pumps for the South Rim Maintenance facility at Black Canyon such as Wayne Select, EC Series or similar. Contractor shall supply dispensers as well as installation. Contractor will remove and dispose of old dispensers off site according to all applicable regulations. One pump/dispenser shall be provided for Unleaded Gasoline. One pump/dispenser will be provided for Diesel Fuel. Pumps shall have a delivery capacity of at least 20 gallons per minute. Dispensers shall come configured in lane orientation with hose mounted on the front of pump cabinet Electrical requirements shall be 120VAC 60hz, Motors 120/240VAC 50/60 Hz All Suction pumps shall operate at 110VAC All Shall include 110VAC 1.5 inch solenoid Both pumps shall be lane oriented with hose/nozzle on the front of the dispenser cabinet  Dispensers/pumps shall be compatible with low viscosity petroleum fluids meeting ASTM standards Inlet connection 1 male NPT Discharge 1 NPT Pump motors shall produce at least 1 HP and possess thermal overload protection Shall include 7 digit electromechanical totalizers Dispensers shall include internal filters with 40 GPM/ 151 LPM, 30 micron elements Dispenser cabinets shall have lighted product ID panels Dispenser cabinets shall be constructed of heavy gauge galvanized steel and be weather and corrosion resistant. Must have hinged service doors for maintenance and repair access. Dispenser cabinets shall be powder coated for corrosion resistance Dispenser cabinets shall be equipped with hose hangars. Dispenser Cabinet dimensions shall not exceed 32 in width X 20 in depth x 64 in height Dispensers shall be provided with all associated appurtenances including fueling hoses at least 15 feet in length and nozzles. Pricing shall include these items. During removal and installation procedures, the contractor will follow all applicable laws and regulations as well as conform with the park s Spill Prevention and Countermeasure Plan (SPCC). D.Provide Labor and Materials to Relocate Existing Emergency Shutoff Switch at Elk Creek to New Location at least 25 ft Away from Fuel Dispensers. 1.Contractor will provide labor and materials to relocate the existing emergency shutoff switch to a new location 25ft from fuel dispensers at the Elk Creek fueling facility. Currently, this shut-off is located within 18 ft of the dispensers. Contractor will complete all electrical work and connections to compete this work and will provide all materials required as well as operational testing. 2.Contractor will provide testing of equipment after the move has been completed to ensure proper operation and compliance with applicable regulations. E.Provide Testing of Systems and employee training on system operation and maintenance 1.Contractor will provide the park with testing of dispenser pumps and control systems at Elk Creek and South Rim to ensure proper operation and communications. 2.Contractor will provide training to park staff on system operation and maintenance procedures. 3.Contractor will provide the park with all applicable operation and maintenance/repair manuals as well as as-built drawings and wiring diagrams. Two copies will be provided to the Elk Creek Maintenance Facility and Two Copies will be provided to the South Rim Maintenance Facility. F.Provide Removal and Disposal of Existing Control Consoles and Pump/dispensers 1.Contractor will provide removal of all existing control consoles and fuel pump dispensers prior to installation of new units. 2.Contractor will provide disposal of old consoles and dispensers according to all applicable laws and regulations. 3.Contractor will provide the park with advice on any reusable parts and will provide a report of these for the park to use in annual sustainability reports. (9) Destination information: Curecanti National Recreation Area/ Black Canyon of the Gunnison National Park (10) Delivery schedule: Estimated July 1, 2018 - August 15, 2018 (11) Duration of the contract period: 45 calendar days (12) (i) A description of the procedures to be used in awarding the contract: Request for Quote ii) The anticipated award date: July 1, 2018 (13) The Request for Quote will be posted on www.fbo.gov and www.fedconnect.net Questions can be emailed to marcia_fox@nps.gov. Questions will not be accepted if submitted on FedConnect. (14) Place of Contract Performance: Curecanti National Recreation Area/ Black Canyon of the Gunnison National Park (15) Set-aside Status: Total Small Business Set-Aside. NAICS 238290 Other Building Equipment Contractors Size Standard $15.0 million (16) Estimated Construction Magnitude: Between $25,000 and $100,000 (17) Award shall be made in accordance with FAR Part 13 to the lowest priced quote with submittals that meet the specifications herein received from a responsible small business (see Subpart 9.1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1218Q0061/listing.html)
 
Record
SN04923145-W 20180517/180515230742-955ec60fb7bfa8e0e2b128ee580f221b (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.