SOLICITATION NOTICE
91 -- Perform internal tank cleaning of two (2) 30,000-gallon underground service tanks (UST) at Facility 4034 in accordance with API Standard 2015 and all OSHA requirements.
- Notice Date
- 2/5/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd Box 50, Homestead ARS, FL, 33039-1299
- ZIP Code
- 33039-1299
- Solicitation Number
- FA6648-04-Q-0005
- Response Due
- 2/25/2004
- Point of Contact
- Gerald Gensler, Purchasing Agent, Phone 305/224-7471, Fax 305/224-7055, - Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055,
- E-Mail Address
-
Gerald.Gensler@Homestead.af.mil, Gwendolyn.Rackley@Homestead.af.mil
- Small Business Set-Aside
- Total HUB-Zone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is FA6648-04-Q-0005. The 482 Contracting Office, Homestead Air Reserve Base, Dade County, Florida, requires internal tank cleaning of two 30,000-gallon underground service tanks (USTs) at Facility 4034 in accordance with API Standard 2015 Safe Entry and Cleaning of Petroleum Storage Tanks and all applicable referenced OSHA requirements therein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. This acquisition will be issued as a 100% SBA Certified Hub Zone Firm Set-Aside. The North American Industry Classification System (NAICS) is 235990, the Standard Industrial Classification (SIC) is 8744 with a small business size of $11.5M. A Firm Fixed Price contract will be awarded. DESCRIPTION: The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, and supervision to perform all operations. Total: $____________________. DESCRIPTION OF WORK: GENERAL: The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, supervision and all miscellaneous requirements needed to perform all operations in conjunction with the effort to accomplish the Scope of Work below. All work shall be done in conformance with applicable sections of the Environmental Protection Statement, drawings, federal/state/local (Miami-Dade Department of Environmental Management) codes and regulations, and OSHA requirements. The term, Contractor, shall be interpreted to mean the prime contractor and all its subcontractors. The term, Contracting Officer, shall mean the Contracting Officer and/or designated representatives. SCOPE OF WORK SITE LOCATION: Homestead Air Reserve Base (HARB), Florida. Facility 4034. The tank area is fence secured. A 12-ft gate provides the widest vehicle access. SERVICE: Perform internal tank cleaning of two 30,000-gallon underground service tanks (USTs) at Facility 4034 in accordance with API Standard 2015 Safe Entry and Cleaning of Petroleum Storage Tanks and all applicable referenced OSHA requirements therein. The contractor shall submit a copy of API Standard 2015 to the government before contract execution. The contractor shall retain a copy on site during the performance of the project. The contractor will coordinate with the confined space program team (CSPT) to obtain a permit before job execution (contact HARB/SGPT for details). HARB/LFM personnel will monitor this Contract and test results as prescribed by UFC 3-460-03 21 Jan 03 Operation and Maintenance: Maintenance of Petroleum Systems, Section 12.2.3. HARB/CEF shall provide for standby rescue personnel so long as applicable contractor activities are coordinated 3 days in advance. The contractor name, address, and date of cleaning/inspection shall be stenciled on the tank manhole covers when completed. PERFORMANCE PERIOD: All Contractor work shall be accomplished within 30 calendar days. WORKING HOURS: The normal hours of work at HARB are from 0730 to 1630 hours, Monday through Friday, excluding holidays. Access to work sites may be restricted to these hours and days. All other hours shall be considered non-regular time. Any Work during non-regular hours shall be approved by the Contracting Officer. Work that requires inspection during accomplishment or that prevents inspection of previous work after accomplishment during normal hours must be coordinated in advance with the Contracting Officer. CONTINUED USE OF FACILITES: Surrounding buildings and utilities will continue in use during this contract. Work and work areas shall be scheduled at least 24 hours in advance of anticipated time of accomplishments. Work shall be performed in a manner to create minimum disturbance and inconvenience to personnel. Contractor?s personnel will be limited to work areas. CONTRACTOR QUALIFICATIONS: Contractor personnel will posses any certifications required by federal, state and local regulations to perform the work. Copies of these certifications may be required at the discretion of the Contracting Officer. All bidding contractors must supply the following evidence that the firm is qualified to perform the work in order to be considered for award: 1. A narrative explaining why the firm is qualified, along with specific references. 2. Examples of three similar projects completed by the firm over the past five years. Include the scope of work, applicable size of tanks, pipes, system capacity, customer?s name (company and owner), and a point of contact. 3. Certification that the contract supervisor is thoroughly familiar with the fuel characteristics, worker safety requirements in relation to API Standard 2015, and related OSHA requirements. 4. Names and qualifications of each contractor?s representative who will be in charge of the work and be present at the job site when work is being done. Post award, if any change of above personnel occurs, the contractor must submit for approval the qualifications of replacement personnel. Failure to obtain approval of replacement personnel shall be considered a breech of contract on the part of the Contractor. CONTRACTOR STORAGE: An on-site open and/or closed storage area for Contractor project material may be designated and set-aside by the Contracting Officer. Additional storage areas will not be provided, unless approved by the Contracting Officer. Security of the storage area and project materials shall be the responsibility of the Contractor. The Contractor shall keep the storage area neat, orderly and clear of all debris. The Contractor shall not allow trash or other debris to be scattered from his area by wind or other means. SUBMITTALS: Required submittals are itemized on AF Form 66, Schedule of Material Submittals, and are to be submitted on AF Form 3000, Material Approval Submittal. Any proposed deviation to these specifications will require submittal to the Contracting Officer. Each submittal shall include information as described in this statement of work. Based on UFC 3-460-03 21 Jan 03 Operation and Maintenance: Maintenance of Petroleum Systems, Section 12.2.3 ENVIRONMENTAL PROTECTION STATEMENT GENERAL: The work covered by this section consists of furnishing all labor, materials and equipment and performing all work required for the prevention of environmental pollution during and as the result of construction operations under this contract except for those measures set forth in other technical provisions or specifications of this contract. For the purpose of this statement, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human life; affect other species of importance to man or degrade the ability of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water and land, and involves noise, solid waste-management and management of radiant energy and radioactive materials, as well as other pollutants. The Contractor shall comply with all applicable Federal, State and local laws, and regulations concerning environmental pollution control and abatement in the performance of this contract and all clauses below. PROTECTION OF LAND (SOIL) RESOURCES: It is intended that land resources be preserved in its present condition or be restored to the original condition which existed at the commencement of work. The Contractor shall confine his work activities to areas defined by the specifications and/or drawings and to areas authorized by the Contracting Officer for other operations needed for the Contractor?s performance. Any trees, vegetation, or other landscape feature scarred or damaged by the Contractor?s equipment or operations shall be restored to its original condition at the Contractor?s expense. The Contracting Officer shall approve what manner of restoration shall be used, and whether damaged trees shall be treated and healed or removed and disposed of under requirements for clearing and grubbing. PROTECTION OF WATER RESOURCES: The Contractor shall not pollute the HARB sanitary sewer system or waters of the United States (as defined in the Federal Water Pollution Control Act 33 U.S.C. 1251) with fuels, oils, bitumens, calcium chloride, painting materials, acids, phosphates or other materials deemed hazardous per local, state and/or federal regulations (herein called ?pollutants?). ? Store pollutants and other construction materials in a location and/or manner to prevent runoff into storm water systems. ? Wash waters and wastes shall be processed, filtered, ponded and/or effectively treated in a manner approved by the Environmental Flight prior to its release into any body of water or the sanitary sewer system. ? No pollutant shall be disposed or discharged into the storm water systems or sanitary sewer systems. HAZARDOUS MATERIALS: A hazardous material (Hazmat) is defined as any item that is: (1) A health hazard or physical hazard as defined in 29 CFR 1910.1200? (2) Regulated in its disposal by EPA under 40 CFR (3) Defined by DOT regulations under 49 CFR (4) Defined by the Dangerous Goods Regulations of the International Air Transport Association. Prior to bringing any Hazmat on base, the Contractor shall: ? Submit to the Contracting Officer two copies of the most current material data and safety sheet (MSDS) for each Hazmat to be used for review and approval & registration with the Hazardous Material Pharmacy. ? Submit a completed copy of the Contractor Information Sheet (Form 4) listing all Hazmats and approximate quantities to be used. ? Submit proof of employee Hazmat training. Provide all Contractor employees with Hazmat training and all necessary personal protective equipment. While Hazmats are on base, the Contractor shall follow OSHA hazardous material laws as they pertain to the Contractors? workforce and abide by the following best management practices: ? Maintain a tracking report for Hazmats quantities used and make available for inspection upon request of the Contracting Officer. ? Keep MSDSs on site and available to employees as required by OSHA and make available for inspection upon request of the Contracting Officer. ? Segregate incompatible materials at all times. ? Keep work and storage areas free from drips and spills by use of drop cloths or tarpaulins. ? Close all containers when not in use and return to a proper storage area when no longer used or at the end of the workday. Unused Hazmats shall be inventoried and removed from HARB before the contract can be said to be complete or before the expiration date of the Hazmat. HAZARDOUS WASTES / SPILLS: This section includes the handling of all hazardous waste (HW) as generated by the Contractor or encountered by the Contractor during the course of the contract. Contractor HW is defined as any waste resulting from Contractor use of Hazmats and Contractor activities resulting in spills or leaks which can be defined as HW . The Contractor shall be fully responsible for immediately reporting any Hazmat spill incident to the base Fire Department, Environmental Flight, and Base Civil Engineering. The Contractor shall be liable for containment and environmental clean up of the spill or release of such substances per the Hazardous Material Emergency Planning and Response and Oil Spill Facility Response Plan (HAZMAT Plan) for Homestead Air Reserve Base (available from the base Environmental Flight). The Contracting Officer may require the Contractor to provide: ? A copy of the Contractor?s registration and EPA ID number ? The HW transporter's name and copy of its license or permit to transport HW ? The Treatment, Storage, And Disposal Facilities? name and copy of its license, permit or interim status from EPA to receive HW. Government HW is defined as all pre-existing HW encountered at the job site. This waste shall remain the property of the government and disposal shall be by the government, unless directed otherwise by the Contracting Officer at Government expense. For the purposes of this contract, Government HW shall not include waste normally associated with cleaning USTs. The Contractor shall notify the Contracting Officer and the Environmental Flight before any activity that is expected to generate HW and when any HW generation commences or changes characteristics. The Contracting Officer may direct the Contractor to change waste disposal procedures based on recommendations from the Environmental Flight. HW accumulation sites are permitted by the EPA under 40 CFR 262.34, however, local authorization is required prior to establishing such a site. Local authorization for HARB is obtained through the Contracting Officer after a joint review conducted by the Environmental Flight, BioEnvironmental Engineering Services, the Safety Office and the Fire Department. LOCATION: Project to be performed at Homestead Air Reserve Base boundary. Three (3) debris piles are located east of Speedway Blvd. (SW 137 Ave.) and one (1) debris pile is located south of the base storm drain pump station (facility 875) (a copy of the area/location sketches are available upon request). PERFORMANCE PERIOD: Project to start immediately after award of contract, but not later than 01 March 2004. Performance period is thiry (30) calendar days. SITE VISIT: The site visit is non-mandatory, however prospective bidders are strongly encouraged to attend. The site visit is scheduled for the week of 17-20 Feb 2004 at the Contracting Office, Bldg 360, Rm 121. Prospective bidders desiring to attend must contact Gerald Gensler (305) 224-7471 (PH), or (305) 224-7055 (FAX), or E-mailed to gerald.gensler@homestead.af.mil by 17 Feb 2004. This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 24, dated 10/19/2003, and shall apply to all services over $2,500.00. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//farsite.hill.af.mill or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (Dev.). A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration. The following Air Force FAR clause applies to this solicitation and is incorporated by reference: AFFARS 5352.242-9000, Contractor Access to AF Installation. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 25 February 2004, 2:30 P.M. local time. Signed and dated offers must be submitted to 482 CONF/LGC, Box 50, 29050 Coral Sea Blvd., Homestead ARB, FL 33039-1299, Attn: Gerald Gensler, or Faxed to (305) 224-7055, or E-mailed to: gerald.gensler@homestead.af.mil on or before the response time. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
- Place of Performance
- Address: Facility 4034, 29050 Coral Sea Blvd, Homestead ARB, FL
- Zip Code: 33039-1299
- Country: USA
- Zip Code: 33039-1299
- Record
- SN00516869-W 20040207/040205212335 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |