SOLICITATION NOTICE
S -- It is the declared and acknowledged intention and meaning to secure services to clean and inspect two underground concrete potable water reservoirs located at Naval Station Newport.
- Notice Date
- 7/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC NEWPORT Naval Activities Building #1 Newport, RI
- ZIP Code
- 00000
- Solicitation Number
- N4008510Q7031
- Response Due
- 7/30/2010
- Archive Date
- 8/14/2010
- Point of Contact
- David Berger 401-841-1564 David Berger1ST SIMONPIETRI DRBuilding 1 (401) 841-1564david.berger@navy.mil
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Emerging Small Business
- Description
- DIVISION 1 - GENERAL REQUIREMENTS 1. GENERAL INTENTION: It is the declared and acknowledged intention and meaning to secure services to clean and inspect two underground concrete potable water reservoirs located at Naval Station Newport. 2. GENERAL DESCRIPTION: The work includes providing all necessary labor, equipment and materials to clean and inspect two underground concrete potable water reservoirs located at Naval Station Newport. 3. LOCATION: The work shall be performed at various locations at Naval Station Newport. Exact locations are detailed on attached location drawings.4. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: The Contractor will be required to commence work under the contract within 10 calendar days after the date of receipt by him of "Notice to Proceed", to prosecute the work diligently, and to complete the entire work within 45 calendar days. The contractor shall schedule his work not less than 48 hours in advance with the Contracting Officer.5. UTILITIES: No utilities may be interrupted inside or outside of a facility unless approved by the Contracting Officer. If an utility outage is required to complete the requirements of the contract, the Contractor must contact the Contracting Officer to arrange a suitable outage schedules.The Government will be responsible for draining and filling up the reservoirs. 6. GOVERNMENT FURNISHED MATERIAL AND EQUIPMENT: The Government will not be furnishing material or equipment.7. SAFETY REQUIREMENTS: The provisions of the Department of Army, Corps of Engineers (USACE), and Safety Manual #EM-385-1-1 of 3 November 2003 applies to the work under this contract. The Contractor shall submit an Accident Prevention Plan tailored for this project per requirements of USACE EM 385-1-1.Contactor shall perform National and local Navy dig safe for any excavation work. 8. SUBMITTALS: The Contractor shall provide a submittal (MSDS sheets) for all paints, cleaning solitions, chemicals etc., used during this work. Submittal must be approved by the Government prior to ordering material. Provide an Accident Prevention Plan for Government Approval.9. OSHA/EPA REGULATIONS: During performance of all work under this contract the contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) and Environmental Protection Agency (EPA) regulations as well as all applicable state and local requirements.10. PRECONSTRUCTION CONFERENCE: Prior to the start of construction, the Contractor shall meet with the Contracting Officer to develop a clear understanding of the scope of work to be performed.11. ENVIRONMENTAL PROTECTION: Comply with all federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. 12. DRAWINGS ACCOMPANYING THIS SPECIFICATION: Drawings are attached.13. DAMAGE TO EQUIPMENT AND PROPERTY: The Contractor shall be responsible for damages caused by his personnel, work, equipment or materials to mechanical and electrical installations, equipment, structures, property, etc. owned by or controlled by the Federal Government, State, or local governments, individuals, firms or corporations. Should any damage occur, the Contractor shall be responsible for making good the damage by replacing the damaged equipment or by restoring/repairing the damaged equipment, installations, structure, or property to its original condition to the satisfaction of the Contracting Officer. Obtain approvals of all such repairs/replacements from the Contracting Officer before initiating the work.14. PARTIAL PAYMENT: No partial payment for work accomplished under this contract will be made. Payment will only be made when work is 100% complete and accepted by the Government.15. EXAMINATION OF THE PREMISES: Bidders are expected to visit the site of work to make a survey of the conditions to be encountered which may affect the cost of the performance of the work. Failure to familiarize with the conditions shall not relieve the contractor from the responsibility for full completion of the work. The contractor is required to contact the Contracting Officer prior to commencement and upon completion of work. Work shall be performed Monday through Friday 0700-1530 HRS. END OF SECTION DIVISION 2 - TECHNICAL SECTION Reservoirs to be cleaned are: 1.Reservoir # 311, concrete reservoir with storage volume is 2,225,000 galllons.2.Reservoir # 1295, concrete reservoir with storage volume is 150,000 galllons Interior Renovation for each reservoir: 1.The interior shall be cleaned to remove mud, silt, and foreign debris build-up.2.The interior sidewalls, floor, and piping shall be sandblast cleaned #7 Brush Blast (roof is not to be coated).3.After cleaning, surfaces shall be blown down using dry compressed air to remove any dust build-up.4.The interior surfaces shall be lined with equivalent to Tnemec Series 140 Epoxy.a.Primer Coat: One (1) complete coat of equivalent to Tnemec Series 140 Epoxy shall be applied to achieve a dry film thickness of 5 to 6 mils.b.Finish Coat: One (1) complete coat of equivalent to Tnemec Series 140 Epoxy shall be applied to achieve a dry film thickness of 5 to 6 mils.5.The interior shall be disinfected in accordance with AWWA 652 standard in compliance with the Rhode Island Department of Health. Two or more successive sets of samples taken at 24 hour intervals shall indicate microbiologically satisfactory water before the reservoir is placed in service. In addition to testing for coliform organisms as outlined in AWWA C652-02, two consecutive sets of samples taken at least 24 hours apart, shall be analyzed for heterotrophic plate count (HPC). A single sample to be analyzed for volatile organic compounds (VOCs) shall also be taken. RIDOH testing forms are attached. Submit forms to station environmental office for submission.6.After blasting operations are completed, perform TCLP test on spent abrasive media and debris to confirm that the leachable content is less than 5 PPM.7.The spent blasting abrasive and paint debris/residue shall be properly disposed of by the Contractor. All waste leaving the station shall be preapproved by station Environmental office. 8.All materials shall be first quality; all workmanship shall be professional and fully guaranteed for a year. All work must meet the approval of a National Association of Corrosion Engineers (NACE) "Coatings Inspector". The job will be inspected while it is in progress and also a final inspection will be done when the job is completed.9. While the reservoir is drained, inspect the reservoir to include structural integrity.10. Identify any structural, operational or environmental deficiencies.11. Submit report to the Navy identifying any corrective action required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NP/N4008510Q7031/listing.html)
- Place of Performance
- Address: FEAD Office, 1 Simonpietri Drive, Naval Station Newport, Newport, RI
- Zip Code: 02841
- Zip Code: 02841
- Record
- SN02207426-W 20100717/100715235518-287d6937586af5f04af0ffbafd5ad1bd (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 |