SOLICITATION NOTICE
Z -- FUEL LINE CLEAN UP AT CASTLE AFB
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, SM-ALC, Air Force Real Property Agency 3411 Olson St, McClellan, CA, 95652-1003, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8901-07-Q-5028
- Response Due
- 3/12/2007
- Archive Date
- 3/16/2007
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ CLOSES MAR 12. SITE VISIT VERY STRONGLY ADVISED MAR 1, 100-1200HRS, CASTLE AFB, ATWATER, CA. CONTACT CO FOR SITE VISIT RESERVATION. OBTAIN RFQ FROM CO BY EMAIL joyce.stevenson@afrpa.pentagon.af.mil STATEMENT OF WORK - FOR FUEL LINE CLEANUP AT CASTLE CA 95652 BACKGROUND: During routine Base Realignment and Closure activities, the Castle Local Reuse Authority (LRA) had a work crew near Building (B) 1336 at the former Castle Air Force Base, CA, installing an above ground storage tank. As they were in the process of cutting off some protruding stubs of piping from the former jet fuel system they discovered fuel remaining in one of the lines. They stopped work for safety purposes. The three pipeline stubs were associated with a test stand (known as the Hydrant Hose Truck Checkout Station (HHTR) on drawings) and pumping station near the former B1336 Underground Storage Tank (UST) that was removed in 2005. Two of the stubs appear to tee underground into a single 6-inch steel line (HHTR line), which runs underground to the B1336 fuel pump shed. This line also appears to tee prior to entering the pump shed so that there are two flanged pipe ends for the line at the shed. The two aboveground stubs for the HHTR line are 8-inch and 6-inch steel, respectively. Total length of the HHTR line is approximately 185 feet. The third stub leads to a 6-inch steel line (RF line on the drawings) in the same trench that goes back to the pump shed. This line also appears to tee into the 12-inch refueling line to the Tanker Apron and is assumed to have been pigged and nitrogen-filled at the time of Base closure. There are three 1 ?-inch steel drain lines, one associated with each of the pipeline stubs that originally ran to the product recovery tank. This tank was removed in 2005 and the lines in the excavation may or may not have been capped; however, all three product recovery lines are open to atmosphere and are assumed not to contain fuel products. All of these lines have not been used since the base was closed in 1995 (See pictures - Exhibit 1). 2.SCOPE OF SERVICES:2.1 Contractor shall provide all personnel, equipment, tools, materials, engineering, supervision, training and other items and services as necessary to perform the following clean up. 2.2 Contractor shall take composite sample(s) of contents of all visible pipeline stubs and analyze contents to identify the waste for manifesting and disposal. Contractor shall deliver written sample analyses to the Air Force Real Property Agency (AFRPA) before proceeding with work. 2.3 Based on the results of the sample analyses, the Contractor shall remove, transport, and dispose of any flammable or non-inert liquid, such as jet fuel/water mixture (specific admixture unknown) from the 6-inch steel pipeline at the HHTR (HHTR line), or any other line containing inert and non-inert liquid. CAUTION: Non-sparking tools and equipment must be used for this requirement. 2.4 Contractor shall investigate the 6-inch pipeline located in the center of the three aboveground stubs by removing the flanged cover at the elbow. If a nitrogen atmosphere is present, line shall be assumed to have been cleaned and inerted by the Air Force at Base closure and no further cleaning or grouting action is required. If no nitrogen is present or if fuel is present, contractor shall contact the AFRPA Contractor Representative before proceeding with work. 2.5 Contractor shall perform a pressure test of the 6-inch HHTR pipeline. The pressure test shall be performed in accordance with the California Code of Regulations, Title 23, Chapter 16, Section 2636(f)(4). Contractor shall deliver pressure test results in a written format to the AFRPA Contracting Officers Representative. 2.6 If the pipeline fails the pressure test (i.e., leak rate greater than 0.1 gallons per hour), Contractor shall contact the AFRPA Contracting Officer and Contracting Officers Representative for further direction. 2.7 If the pipeline passes the pressure test, Contractor shall fill the pipeline with Portland cement grout or Portland cement/sand slurry mixture. Based upon the Air Force?s HHTR construction drawing (See Exhibit 2) and contractor?s investigation, Contractor shall estimate the quantity of grout required to fill the pipeline. The grout shall be applied in one continuous operation until the pipeline is filled. Contractor shall report their estimated quantity and actual quantity of grout applied to pipeline in writing to the AFRPA Contractor Representative. (Caution: The pipe needs to be grouted prior to cutting to avoid an explosion hazard). 2.8 After grouting, Contractor shall cut off the discharge end of all three pipelines and the three 1 ?-inch drain lines associated with them flush with existing concrete pad. Pipeline flanges shall be secured on the lines within the pump shed. 2.9 Contractor shall finish cut ends of all steel lines to be level with pad (i.e., fill with concrete and finish as needed). 2.10 SITE CLEANING:2.10.1 Normal site cleaning is required to ensure no tripping, falling, or other hazards are present at completion of work. Debris and waste will be disposed of in proper containers and according to contracting officer representative direction. Upon completion of work, Contractor shall remove from the premises all materials, debris, tools, and machinery.2.10.2 WORK SITE MAINTENANCE AND CLEAN-UP The worksite shall be maintained in accordance with the PM requirements so as to: 1) prevent the spread of contamination, 2) to provide for the integrity of the samples obtained, 3) to provide for the safety of federal workers, contracted personnel, and/or other individuals in the vicinity of the project areas; and 4) provide for the protection of natural resources. The contractor shall mark the worksite to prevent inadvertent entry into any work areas. The contractor shall monitor and thoroughly control access to and from work areas. The contractor shall establish and maintain standard work zones and access points for hazardous operations as site conditions warrant. The contractor shall, at all times, keep the work area free from accumulation of waste material. The contractor shall remove non-essential equipment from the work site when not in use. The worksite shall be maintained to present an orderly appearance and to maximize work efficiency. Upon completing the work at each site, the contractor shall remove from the work premises any rubbish, tools, equipment, and materials that are not property of the Government. Upon completing the work, the contractor shall leave the area clean, neat, and orderly, and shall return work sites to the original condition. Restoration to original condition may include revegetation and grading. The contractor shall remove all temporary fences and structures used to protect materials and equipment. The contractor shall also ensure compliance with any federal and state regulations for decontaminating tools, equipment, or other materials, as required. 2.11 TRANSPORTATION AND DISPOSAL: The contractor shall dispose of all debris to final disposal sites according to type of debris and in accordance with applicable State and Federal laws. 2.11.1 Disposal: Waste shall be transported to government-approved intermediate and final disposal sites. 2.11.2 Transportation: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform transportation. Transport of hazwaste to off-site facilities shall be executed in as timely as licensed trucking and disposal facility availability dictates. 3. MANIFESTING: A uniform hazardous waste manifest is required for the removal from Government premises of all hazardous waste items on this contract. A Government representative will review and sign all manifests, Land Disposal Restrictions (LDRs), and waste profiles. The contractor will provide completed manifests and LDRs to the Government representative for review at least 48 hours prior to shipment. Completed copies of all manifests, hazardous and non-hazardous, shall be furnished to the Government office whose address appears on the manifests, as well as submitted as attachments to all invoices. Manifests shall be submitted in such a manner as to comply with the timeliness prescribed by State and EPA regulations. 3.1 Contractors shall adhere to all Federal, State and local regulations to include but not limited to Title 40 and 49 of the Code of Federal Regulations and Title 22 of the California Code of Regulations. The contractor is responsible for completing all manifest requirements with oversight by the Government. The Government will review all documents and have sole signatory authority. 4. CONTRACTOR PERSONNEL AND QUALIFICATIONS 4.1 The contractor shall be ?A? licensed in General Engineering by the State of California, whose principal contracting business is in connection with fixed works requiring specialized engineering knowledge and skill, including the following divisions or subjects: excavating, grading, trenching, paving and surfacing work and cement and concrete works in connection with the above mentioned fixed works. Additionally the contractor shall have California Code of Regulations, Division 8, Title 16, Article 3. Classification HAZ - Hazardous Substance Removal Certification and a C36 ? Plumbing Contractor specialty classification with experience in the proper disposal of fluid waste from the premises in all structures and fixed works. This specialty classification must include but not be limited to: Complete removal of waste from the premises and repairs. Contractor personnel shall present a neat, professional appearance and carry identification. 4.2 EMPLOYEE QUALIFICATIONS All employees who will perform tasks in a hazardous environment for the contractor or subcontractor must meet the requirements of 29 CFR 1910.120 and be trained in spill response and cleanup at contaminated sites. These employees must be certified and have been properly fitted to use both air purifying respirators (half-face and full-face) and self-contained breathing apparatus (SCBA). Contractor shall submit with proposal a statement that all employees have been medically examined and qualified for the activities called for under this PWS. All training requirements for contractor personnel are the responsibility of the contractor. The contractor shall ensure that employees have current and valid professional certifications before starting work. The contractor shall provide employee training in the disciplines of environmental, confined space, health, and safety to ensure compliance with all federal, state, and local laws or regulations. A list of all employees and certification of completion of classes outlined in 29 CFR 1910.120 shall be made available to the government upon request. 4.3 PRIVATELY OWNED VEHICLES. Contractor personnel shall comply with laws and directives pertaining to operation of privately owned vehicles within the State of California. 4.4 LICENSES The contractor shall present copies of current California state contractor?s licenses and, if applicable, DOT hauler numbers with proposal verifying technical qualifications along with past performance of similar work for evaluation. 4.5CONTRACTOR TRANSPORT EQUIPMENT. All hazardous waste transport vehicle information used in support of this contract, including, state transportation number and current and valid Environmental Protection Agency (EPA) number must be submitted to the CO representative before starting work. All transport vehicles must also hold the proper licenses as required by DOT and/or the state of California. 5 HEALTH AND SAFETY: Contractor shall follow their company?s health and safety plan and shall comply with OSHA regulations. Company Health and Safety Plan shall be made available in PDF format or Faxed to the Government upon request. 5.1 TOBACCO FREE POLICY. Contractor personnel working on this job must comply with the Tobacco-Free Air Force policy. There are no smoking areas provided on this site, as it is a fueling facility. Smoking is strictly prohibited altogether at this fuel facility. The Contracting Officer may order removal of contractor personnel who do not comply with this policy. Contractors, in turn, are required to notify subcontractor personnel of this policy and the potential ramifications of noncompliance. 6 MAPS AND DRAWINGS: Site Maps and drawings will be provided as available at site walk and/or solicitation document. 7 SITE ENTRY: The site is located within the flight line fence, and Contractor personnel will need to be escorted in and out. 8 REGULATIONS and APPLICABLE DOCUMENTS: 8.1 Air Force HHTR Drawings 8.2 California Code of Regulations, title 23 (Underground Storage Tank Regulations), Division 3, Chapter 16, Section 2636 (f) (4) available at this web site: 8.3 Contractor shall conform to all federal, state and local regulations pertaining to safety, traffic, fire security and permits insofar as they apply to the contractor?s activities. Contractor shall conform to all applicable standards published in the Federal Register or any other national consensus standard adopted by the Secretary of Labor in compliance with the Occupational Safety and Health Act (OSHA), Public Law 91-596. OSHA web site: 8.4 Disposal of any material located within the piping shall be in accordance with Chapters 6.5 and 6.7 of Division 20 of the Health and Safety Code, available at these web sites: 8.5 ADDITIONAL DOCUMENTATION FOR CONTRACT PERFORMANCE: All work for this contract shall comply with the most current issuance/revisions of applicable federal, state, and/or local environmental laws and regulations. 9 CHANGES: No change in the work effort shall begin until approval to do so has been issued by the Contracting Officer. Immediately notify the Contracting Officer in writing of any changes in the schedule or scope of work. 10 INSPECTION: AFRPA Contracting Officer Representative will conduct periodic site inspections on work in progress and completed work. 11 REQUIRED DATA ? Not Separately Priced a.Written composite sample analysis iaw Para 2.2. b.Electronic notification of presence of nitrogen iaw Para2.4. c Written findings of pressure test iaw Para 2.5. d. Electronic notification of estimated quantity and actual quantity of grout applied to pipeline iaw Para 2.7. e. Electronic, fax, or hardcopy of Contractor?s Health and Safety Plan iaw Para 3. f.Copies of all manifests for the transport of hazardous and non-hazardous material g.Daily Log. h. Final Report. 12. EXHIBITS 10.1Exhibit 1 ? Pictures in PDF format 10.2 Exhibit 2 ? Air Force Drawing of HHTR in PDF Format. TOTAL SMALL BUSINESS SET ASIDE. This will be awarded under SAP.
- Place of Performance
- Address: FORMER CASTLE AIR FORCE BASE, ATWATER, CA
- Zip Code: 95301
- Country: UNITED STATES
- Zip Code: 95301
- Record
- SN01229424-W 20070211/070209220705 (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 |