Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

J -- Fuel Dispensing Equipment ER PM

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W911KF)(ANAD), 7 FRANKFORD AVE, Anniston, Alabama, 36201-4199, United States
 
ZIP Code
36201-4199
 
Solicitation Number
W911KF-18-S-0012
 
Archive Date
7/4/2018
 
Point of Contact
Ashley Simmons Randolph, Phone: 2562354886
 
E-Mail Address
ashley.s.randolph.mil@mail.mil
(ashley.s.randolph.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals. •1. Summary of Service: The specification establishes the requirements for non-personal maintenance services on the Government-owned Fuel Dispensing Equipment and continuous statistical leak detection for above and below ground tank systems. The Contractor shall be highly experienced, knowledgeable, and capable of performing all phases of emergency repairs and preventative maintenance on all of the equipment listed below. Services shall include four (4) each preventative maintenance service calls per year. The second one, done in April is to be considered the annual inspection. The maintenance coverage shall be for a base year beginning with the award of this contract, plus four (4) one year options. The Contractor shall perform all services on-site at Anniston Army Depot, Anniston, Alabama. •2. Contractor Service Personnel: The Contractor shall provide trained personnel who possess knowledge of all Environmental Protection Agency (EPA) and Alabama Department of Environmental Management (ADEM) regulations, technical bulletins, pamphlets, or any other documents relating to this type equipment, fuels, and vapors that are associated with a fuel dispensing operation. Contractor personnel must adhere to and apply those practices defined in any of these documents. Contractor personnel must be highly trained and certified in operating, maintaining, and servicing this type of equipment. Any certifications required by Federal, State, or Local regulatory Agency's must be maintained for the duration of this contract. An example of this is hazardous material training. •3. Summary of Service : 3.1 Preventative Maintenance (PM ): A. Contractor shall provide all materials, tools, equipment, and labor for routine preventive onsite maintenance of the below systems: 1. Building 504 : 2 tanks and tank monitoring system. 2. Building 454 : 2 tanks and 2 pump dispensers and sumps (with sensors) and tank monitoring system. 3. Building 401 : 2 tanks with sumps and sensors with tank monitoring system. 4. Building 47 4: 6 tanks with sumps and sensors and tank monitoring system. 5. Heating tanks at various locations : each tank will vary in size and all will have monitoring systems. (Approximately 40 tanks) B. Preventive Maintenance shall be performed quarterly with the 2nd visit in April being the Annual PM and Certification/Calibration. The PM services on the equipment shall be performed on a Firm-Fixed-Price Basis. C. The annual inspection in April of all sumps, sump sensors and dispenser sumps must be conducted and the results written on ADEM forms. Results of the inspection will be submitted in writing to the Anniston Army Depot Contracting Officer and Contracting Officer's Representative (COR) within three (3) working days after inspections. The reports shall be specific and detail any work that must be performed to ensure the systems are environmentally compliant and to keep the systems operational for the delivery of petroleum products. 3.2 Emergency Repair : A. In case of an alarm indicating an emergency environmental hazard, it is the responsibility of the Contractor to confirm that there is or is not a system malfunction; determine the cause of the alarm activation and to repair the system. The response time for an emergency environmental hazard, i.e., alarm situations, spills, etc., shall be within eight (8) clock hours from the time of notification. Repairs shall be completed within twelve (12) clock hours after work begins. B. The response time for non-environmental hazards shall be within twelve (12) clock hours from the time of notification. Repairs shall be completed within twenty-four (24) hours of the initial notification. C. Emergency Repair services shall be performed on a Time and Materials Basis. Repair parts shall be billed to the Government at prices that are consistent with the Contractor's published prices. 1. Quote should include hourly rates for: a. Normal Period of Support (NPS) as specified in section 6.0 of this document. b. Support outside Normal Period of Support (SONPS): On-call emergency maintenance support shall be made available to the Government outside the Normal Period of Support (NPS) (including Federal holidays and weekends) at a fixed hourly rate (or rates). D. DOCUMENTATION OF EMERGENCY REPAIR SERVICES: Upon completion of each emergency repair service the contractor shall provide a written report detailing the corrective actions taken to repair the Equipment. The report shall include as minimum the following information: 1. Date and time of notification. 2. Date and time of arrival on-site. 3. Time spent for repair. 4. Description of malfunction(s) and maintenance/corrective actions performed. 5. List and description of parts replaced. 6. All replaced parts shall turned over to the COR for proper disposal. 4.0 Parts Replacement: A. Contractor shall examine parts for stress, wear, and damage and replace when they cannot achieve their required function or when required measurements cannot be achieved due to wear or damage. All parts will be separately identified on invoice. Repair parts shall be billed to the Government at prices that are consistent with the Contractor's published prices. 5.0 Warranty of Parts/Materials : Parts/materials replaced under this contract will be subject to the standard commercial warranty applied to those parts or materials. 6.0 Normal Period of Support (NPS) : The normal period of on-site preventive maintenance and emergency repair services shall be from 7:00 AM - 4:30 PM Monday through Thursday and 7:00 AM - 3:30 PM every other Friday. No hours on Saturday, Sunday or Government observed holidays. The contractor shall make every effort to make all repairs during the NPS. Any circumstances that extend the maintenance services beyond the PPM or will result in additional costs to the Government shall be approved by the Contracting Officer or Contracting Officer's Representative (COR) before the services are performed. 7.0 CONTRACTOR'S POINT OF CONTACT : The Contractor shall provide the Government the name and telephone number of a designated POC and shall make arrangements that will enable service personnel to receive notifications of service requests. 8.0 TECHNICAL/CONTRACT LIAISON: The Contracting Officer Representative (COR) will be responsible for surveying all services of the Contractor. Communications or correspondence of contract matters including invoicing shall be between the Contractor and the Contracting Officer, Anniston Army Depot, Anniston, AL. 9.0 Lockout/Tagout (LO/TO): When the contractor performs maintenance or repairs on the stated equipment, the contractor will have to be trained to the standards of 29 CFR 1910.147, Control of Hazardous Energy (Lockout/Tagout). Proof of training and the contractor's Control of Hazardous Energy plan must be provided for review by the Safety Office prior to any type of work on ANAD equipment. The contractor must also have the correct lockout devices and tags to lockout the equipment and release any type of stored energy. All ANAD equipment has been assessed and assigned specific Lockout/Tagout procedures which must be followed. 10.0 Contractor Manpower Reporting : A. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub- contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country). B. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 11.0 Access and General Protection/Security Policy and Procedures: A. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area. The contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security office. The contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the change clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. B. For contractors that do not require CAC, but require access to a DOD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center interstate identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations C. Contractor will acquire and need to return all issued U.S. Government Common Access Cards, installation badges, and/or access passes. The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort 333914, Measuring,Dispensing and Other Pumping Equipment; Size Standard is 500. Please include your company's size classification and socio-economic status in any response to this notice. Responses to this notice must be submitted electronically to Ashley Randolph, Ashley.s.randolph.mil@mail.mil, telephone inquiries will not be accepted or acknowledged. "FUEL DISPENSING EQUIP PREVENTATIVE MAINTENANCE AND REPAIR" must appear in the subject line of the email of it will be deleted and not read. Responses must be received no later than 19 JUNE 2018 at 2:00 P.M. CDT. Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the government's Request for Information. Responses should include: 1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number 2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY. This RFI will expire on 19 JUNE 2018 at 2:00 P.M. CDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3c6e0184d06b4504517d1abb071f04c)
 
Place of Performance
Address: Anniston, Alabama, 36201, United States
Zip Code: 36201
 
Record
SN04951728-W 20180614/180612230424-e3c6e0184d06b4504517d1abb071f04c (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.