SOLICITATION NOTICE
J -- Degas fuel oil tanks and dispose of hydraulic oil aboard Little Rock Crane Barge located at Ensley Engineer Yard, Memphis, TN.
- Notice Date
- 4/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-05-Q-0018
- Response Due
- 4/29/2005
- Archive Date
- 6/28/2005
- Small Business Set-Aside
- Total Small Business
- 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. The solicitation number is W912EQ-05-Q-0018 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 Rev (27). This acquisition is 100% set-aside for small business. The associated NAICS code is 562 991 with $6.0M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it i s the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. LITTLE ROCK CRANE BARGE Degassing Fuel Oil Tanks Pumping and Filtering Hydraulic Tanks SPECIFICATIONS Work to be performed is degassing the fuel oil tanks and pumping, filtering and disposing of hydraulic oil. The vessel is 150 ft long and 45 feet wide with an 8 foot draft. The vessel will be docked or dry-docked at Ensley Engineer Yard, 2915 Riverport Ro ad, Memphis, TN 38109 and available for contractor inspection approximately 3 May 2005. All work is to be performed at this location and completed by 23 May 2005. Normal business hours at Ensley Engineer Yard are 06300-1700 Monday through Thursday. Contractor hours may be adjusted by coordinating with the Shops Unit Supervisors and Security Personnel. Point of contact will be Terry Phifer, 901-785-6067. GENERAL NOTES SAFETY REQUIREMENTS 1. Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. a. ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractors site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requiremen ts Manual, EM 385-1-1, 3 November 2003 Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. b. ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer. Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective ac tions to the contracting Officer on ENG Form 3394 as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. c. SUPERVISORS RESPONSIBILITIES: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employees regular duties and the avail ability of Light Duty so the injured employee can return to work as soon as medically possible. d. MACHINERY AND MECHANIZED EQUIPMERNT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipm ent inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. e. FIRST-AID/CPR REQUIREMENTS. Two employees shall be certified in CPR and first-aid pre shift/per site. 2. Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. [Water and 110 volt access will be provided]. 3. The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated wi th the project. At project completion the Contractor and the Corps of Engineers designated employee will make a joint visual inspection of the project location and needed repairs will be noted and made immediately. 4. Contractor will be responsible for containment and disposal of all waste generated during the project. No waste of any kind is to enter the lake. All waste will be disposed of in accordance of applicable EPA regulations. All sludge and contaminated fuel and water will be transported to an EPA registered facility for disposal. Copies of all manifests will be furnished to USACE - Memphis District. Any degreasing agents used must be environmentally safe. 5. The tank degassing portion of this project involves confined spaces and therefore requires technicians and operators to be trained and certified to satisfy the requirements of 29 CFR 1910.120 and 1910.146. Documentation of such training is required. 6. As required under 33 CFR 156.150, the U. S. Coast Guard must be notified 24 hours prior to any transfer on navigable waterways and a vessel inspection completed prior to job commencement. AREAS TO BE GAS FREED AND CLEANED 1. Two 1500 gallon fuel tanks are to be cleaned as if they are to be certified gas free. Gas free certificate by a marine chemist is not required but documentation of atmospheric condition showing a condition safe for hot work is required. Tanks will be completely cleansed and void of any liquids, cleansing materials, or residue. 2. Two 300 gallon hydraulic tanks are to be pumped out. Flush the system with the existing hydraulic fluid as it is filtered through a 10-micron filter. Remove the fluid and dispose of approximately 600 gallons of used hydraulic fluid. END SPECIFICATIONS WORK IS TO BE COMPLETED ON OR BEFORE 13 MAY 2005. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical capability and price with technical capability being greater in importance than price. FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCo mmercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222 -21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabi lities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act o f 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 April 2005 no later than 2:00 PM local time at 167 N. M ain Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-05-Q-0018 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email address Celestine.g.evans@mvm02.usace.army.mil. Vendo rs not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
- Place of Performance
- Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Country: US
- Zip Code: 38103-1894
- Record
- SN00795244-W 20050427/050425212015 (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 |