Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
MODIFICATION

J -- Out of Service Inspections for Above Ground Heating Oil Tanks Building 86, Central Heat Plant, Defense Distribution Center Susquehanna (DDSP), New Cumberland PA

Notice Date
5/10/2007
 
Notice Type
Modification
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-07-T-0099
 
Response Due
5/7/2007
 
Archive Date
5/22/2007
 
Point of Contact
DONNA KAUTZ, CONTRACT SPECIALIST, Phone 717-770-6563, Fax 717-770-7591,
 
E-Mail Address
donna.kautz@dla.mil
 
Description
Amendment 0002 is hereby incorporated into Request for Quotation (RFQ) SP3100-07-T-0099. Amendment 0002 is being issued to answer a vendors questions and extend the RFQ response date. Question 1: At the site visit we were told that the heating coils were removed when the tanks were switched from No. 6 oil to No. 4 oil, amendment one now states, "The heating coils remain inside the tanks." - If the coils are in fact in the tank are they serpentine or bundled coils? - If bundled coils what are the dimensions and how many are there? - If serpentine how far apart are the coils? Please note, depending on the dimensions of the serpentine coils at least one of the tests (Magnetic flux leakage evaluation of tank bottom plates with ultransonic B Scan...) you are asking to be performed on the floor may not be done. Answer 1: The coils are serpentine. The Government does not know how far apart the coils are. Previous tests that were performed on the tanks were: Ultrasonic B-Scan, Imaging, Vacuum Box Testing and Visual Inspection Techniques. Question 2: How far is the closest emergency service department capable of emergency rescue if confined space emergency? Answer 2: The fire station would be the emergency service rescue, less than 1 mile. The RFQ response date is hereby extended from May 10, 2007 to May 14, 2007. END OF AMENDMENT 0002 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: quotes are being requested and a written solicitation will not be issued. The solicitation number SP3100-07-T-0099 is being issued as a Request for Quote. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070327 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-05. The complete text of any of the clauses and provisions is available electronically from the following site: http://www.farsite.hill.af.mil. This acquisition is unrestricted. The applicable NAICS code is 562998 with a size standard of $6.5 million. DESCRIPTION OF SERVICES: The Defense Distribution Center Susquehanna (DDSP), New Cumberland PA 17070 has a requirement for out of service inspections for above ground heating oil tanks at Building 86, Central Heat Plant in accordance with the below scope of work: FACILITY INFORMATION Defense Distribution Depot Susquehanna Pennsylvania Central Heat Plant Building 86 Two 300,000 gallon aboveground heating oil tanks (No. 4 oil, Tanks #991 and #992). Tank dimensions (each): Diameter: 37?, Height: 40? SCOPE OF WORK ? OUT-OF-SERVICE INSPECTION The contractor is to perform the following items on both tanks: (work must be completed by the end of June, 2007) Pump remaining #4 oil out of tank(s) (oil is to be placed into one tank while the other is cleaned and inspected and once that tank is complete, the oil shall be pumped back into that tank so that the next tank can be inspected) Completely clean out tank(s) and prepare tank(s) for inspection. All waste oil and sludge is to be taken out by the contractor via tanker/vac truck. Complete an Out-of-Service inspection on both aboveground heating oil tanks in accordance with API Standard 653, 650 and 25 PACODE Chapter 245 Complete inspection in accordance with API-653 Chapter 4 following an approved API-653 check list Internal and external visual inspection of all tank components Shell plate ultrasonic thickness measurements with safe fill heights calculated in accordance with API-653 section 4.3.3. Roof plate ultrasonic thickness measurements with corrosion calculations done in accordance with API-653, Section 4.4.7 and API 650, Table 3-1 Measure and record all significant pitting Ultrasonic thickness measurements, corrosion and remaining life calculations for all accessible nozzles Magnetic flux leakage evaluation of tank bottom plates with ultrasonic B Scan backup to determine bottom plate underside corrosion Tank bottom corrosion rate and remaining life calculations Magnetic particle testing of the interior shell to bottom weld Vacuum Box testing of all floor plate welds Review the Facility Spill Response Plan and Written Operations and Maintenance Plan Roof layout drawings, including nozzles Shell layout drawing, including nozzles and reinforcement plates Shell settlement survey in accordance with API 653 Appendix B Check prior repairs for compliance to code Check secondary containment capacity and verify if correct; make recommendations if incorrect Post inspection meeting to discuss any findings and/or recommendations One original summary report with two copies TOTAL PRICE WORK: $_____________________ SITE VISIT: Offerors are invited and urged to inspect the facilities before submitting a quote. Failure to obtain first hand information on conditions affecting performance will not relieve an offeror of the responsibility to perform. An organized site visit has been scheduled for: April 26, 2007 at 9:00 AM Participants will meet at: Defense Distribution Center Susquehanna (DDSP) Building 1-3 New Cumberland PA at the time specified above Due to security measures currently in place on this installation, anyone planning to attend the site visit needs to provide the following information to Donna Kautz Phone: 717-770-6563, Fax: 717-770-7591 or email: donna.kautz@dla.mil. This information must be submitted at least two (2) working days prior to the site visit date. Failure to submit this information in the timeframe requested above may result in delays upon your arrival at the installation. Company Name Employee Name Employee Social Security Number Employee Date of Birth Employee State and Country of Birth On the date of the site visit, employee will need to present at least one form of photo identification, i.e., valid driver?s license. The employee will also need to present current registration and insurance for each vehicle entering the installation. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition along with the following addenda to this provision: To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. The applicable wage determination information is as follows: Wage Determination No. 05-2455 REV (02) dated 11/22/2006 applies. DLAD 52.233-9000-Agency protests (Sep 1999) Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. (End of provision) DLAD 52.233-9001- Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel ( see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. ( End of provision ) FAR 52.212-2 Evaluation Commercial Items-Evaluation for award shall be in accordance with FAR Part 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of quotations or offers. The Government intends to award a firm-fixed price contract resulting from this notice to the responsible offeror whose offer is the lowest price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://orca.bpn.gov. Failure to include this information with the price quote may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions/Commercial Items applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this requirement: FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ? applicable employee classes: Laborer, WG2-Monetary Wage-Fringe Benefits $13.99 hr. FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea All questions and inquiries should be addressed via email to the contract specialist, donna.kautz@dla.mil, reference Request for Quote Number SP3100-07-T-0099. Quotes must be received NLT 3:00 PM Eastern Time, May 7, 2007. This information can be submitted via email at the above address, facsimile 717-770-7591 or mail: Defense Distribution Center, DDC-AB, Attn Donna Kautz, J Avenue, Building 404, New Cumberland PA 17070. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-07-T-0099/listing.html)
 
Place of Performance
Address: Defense Distribution Center Susquehanna (DDSP) 2001 Mission Drive New Cumberland PA
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01292370-F 20070512/070510224254 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.