SOLICITATION NOTICE
52 -- Calibration of a LineWatch 2000DLS
- Notice Date
- 2/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
- ZIP Code
- 92043-4347
- Solicitation Number
- Reference-Number-DESC-MR-06-0486
- Response Due
- 3/15/2006
- Archive Date
- 3/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK NAS Whidbey Island 1.0 SCOPE This Statement of Work identifies the requirements for providing services to the Naval Facilities Engineering Service Center (NFESC), Energy and Utilities Department to support recalibration and operation of the LineWatch 2000DLS located on Naval Air Station (NAS) Whidbey Island, Washington. The LineWatch 2000DLS is a dedicated static and dynamic leak detection / location system that was constructed, installed and operated by Caldon Inc. The NFESC is requesting site work including the recalibration of the system sensors and performing 8-hour static and dynamic leak tests on the 4-inch and 8-inch cross-island jet-fuel lines. These tests must satisfy the testing requirements of 33 CFR 156 and the Washington Administrative Code (WAC). The contractor shall support to the NFESC including procurement and transportation of materials, equipment, testing and providing competent personnel to perform required tasks. Any waste materials generated by project must be removed from island and disposed of properly. 2.0 APPLICABLE DOCUMENTS Title 33 Code of Federal Regulations (CFR), Part 156.170 Washington Administrative Code (WAC) 173-360 Nation Fire Protection Association (NFPA) 70 Army Corps of Engineers EM 385-1-1 Documentation Package, Naval Air Base Whidbey Island, Caldon Project No. CO-22751, April 2003. 3.0 PROJECT REQUIREMENTS The contractor shall be on-site to perform the following tasks: 3.1 Calibrate eight pressure sensors and one acoustic flow meter. 3.2 Perform annual maintenance on 10 externally mounted ultrasonic flow meters. 3.3 Inspect software and review and maintain files on eight remote electronics units and one master electronic unit. 3.4 Perform eight-hour hydrostatic pressure test on the eight-inch and four-inch cross-island pipelines. Test pressure to be maintained above 1.5 times the MAWP, per 33 CFR 156. 3.5 Perform dynamic leak test with leak location on both cross-island pipelines. 3.6 Generate test report, covering the static and dynamic tests. 3.7 Provide training to fuels personnel on the operation and trouble shooting of the system. Contractor must furnish materials, equipment, and skilled personnel to perform given tasks, and arrange for shipment to the site. Pressure testing of lines is required in accordance with 33 CFR 156 and WAC 173-360. Contractor must make provisions for removal of debris and unused materials, and proper disposal of waste products generated. 4.0 ADDITIONAL INFORMATION Assume work restricted to regular business hours when practical. All personnel that require access to the base must be citizens of the United States and not possess a criminal record. Foreign Nationals and convicted felons will not be granted access to the base. 5.0 DELIVERABLES 5.1 REPORTS FORMAT 5.1.1 Contents Reports shall provide a comprehensive description of the work. Drawings, charts, illustrations, and other material needed to clarify the modifications shall be included. Calculations and computer output, if applicable, shall be listed as appendices to the report. Leak test report shall include results of the static and dynamic testing, including calculations and assumptions, as well as raw data collected. If this information cannot be included to protect proprietary information, contractor shall furnish enough information to allow the government to perform temperature compensated volume change calculations. Certificates of calibration traceable to nation standards for each piece of equipment calibrated shall also be included. 5.1.2 Quality Reports describing the work shall be clearly written, adequately detailed, well edited with no errors. Draft reports shall be finished products requiring only technical changes after Government review. 5.2 WORK AND HEALTH & SAFETY PLANS Work is to be performed in accordance with OSHA and EM 385-1-1 requirements. Prior to commencement of work, the Contractor shall submit a work plan delineating methodology, materiel, manpower, etc., necessary to perform the work. A schedule shall also be included. Additionally, the Contractor shall submit a Health & Safety Plan detailing such items as briefings, training, hazard control, general housekeeping, protective equipment, etc. 5.3 CERTIFICATION REPORTS The Contractor shall provide a written Certification Report, detailing all of the following: work that was done, all applicable records (such as welding and material used), and certification that all work was performed in accordance with all applicable codes and regulations for such work. This report shall be generated while the work is being performed. 6.0 INSPECTION AND ACCEPTANCE Mr. Michael Rocha will be the NTR and COR for this contract. The NTR shall inspect and the COR shall accept all deliverables. A Contracting Officer will be assigned to this contract prior to award. Only the Contracting Officer can authorize work and direct the contractor. 7.0 PERIOD OF PERFORMANCE Period of performance shall be 60 days from award of contract. Outages must be coordinated with on-site operations and NFESC personnel to schedule around fuel shipments. ******************numbered notes #22*************************
- Place of Performance
- Address: NAS WHIDBEY ISLAND, OAK HARBOR, WA.
- Country: USA
- Country: USA
- Record
- SN00989038-W 20060217/060215212752 (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 |