SOLICITATION NOTICE
49 -- SEWER PLANT AUGER REPAIR
- Notice Date
- 5/26/2011
- Notice Type
- Presolicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- MICC - Presidio of Monterey (RC - West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N-11-T-0070
- Response Due
- 6/2/2011
- Archive Date
- 8/1/2011
- Point of Contact
- Rose Fullmer, 831-386-2509
- E-Mail Address
-
MICC - Presidio of Monterey (RC - West)
(rose.fullmer1@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A site visit is scheduled for Wednesday, 01 June 2011 at 11:00am. Meeting location Bldg 232 California Ave; Jolon, CA 93928. STATEMENT OF WORK Project Site Address: Sewer Plant Auger Repair Cantonment Area United States Army Garrison Fort Hunter Liggett, CA 93928 Submitted by: Directorate of Public Works - Engineering Division Building 232 California Avenue Fort Hunter Liggett, CA 93928 Preparation Date: 20 Apr 11 Statement of Work Project Title: Sewer Plant Auger Repair Date: 20 April 2011 Facility Engineer Work Request: JU A0038 1J United States Army Garrison Fort Hunter Liggett, CA 93928 POC: Contracting Officer Scope of Work The objective of this project is to provide Fort Hunter Liggett with the repair of the sewer treatment plant auger and grinder. Repairs shall meet all current codes and regulations referred to in this statement of work. This work shall consist of disassembly and replacement of internal parts of the existing sewer plant auger located on Government-owned land at Ft Hunter Liggett, Jolon, CA 93928. Information that shall further assist the contractor with meeting this statement of work's minimum requirements shall be found in the Appendix(s). The Contractor shall provide, supervise, and direct work using qualified labor, equipment, and materials for all tasks. Safety of the Contractor's personnel and security of equipment is the responsibility of the Contractor. The Contractor must have a valid contractor's license in accordance with federal requirements to perform the work. The Contractor shall obtain all permits necessary to complete the work. The Contractor shall be responsible for determining what permits are required to perform under the contract. All required permits shall be submitted to the Contracting Officer (CO) and will be verified by the Contracting Officer Representative (COR). All work shall be performed in accordance with applicable Department of Defense, United States Army, Army Corps of Engineers (USACE), State of California, and local county regulations & requirements. When a conflict of regulation or requirement is in question the most stringent rule applies. The contractor shall provide a complete and usable product upon completion of this project. The Contractor shall be responsible for subcontractor & employee conduct and taking corrective action for any notices of violations issued as a result of the Contractor or any subcontractors' actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional expense to Government. The Contractor shall be responsible for typical and customary control of pedestrian and vehicular traffic in the work area. The Contractor shall provide flag persons, signs, equipment and other devices necessary to meet Federal, State and local requirements. 1.0 General Requirements The following are the minimum general requirements that must be obtained for this project. All repairs and project requirements include but are not limited to the following statement of work. The contractor shall remove Muffin Monster Auger model 3005 out of drain channel located at sewer treatment plant (STP) serial # 101696-1-1. The contractor shall remove existing damaged auger and replace with new one. The contractor shall install new screen segment at base of auger. The contractor shall service motor and drive of Muffin Monster auger. Change oil,check seals, bearings, gaskets, and grease any external fittings. The contractor shall exchange cutter stack of grinder with new cutter stack cartridge serial # 101696-2-1. The contractor shall replace damaged Operator Indicator display with new electronic controller. The contractor shall replace faulty level sensor with ultrasonic level sensor and cord set. The contractor shall test the newly overhauled auger system for proper function, and prove completed and ready for use. The contractor shall field check the site for all existing conditions. Existing equipment, structure, and facilities can be re-used only if it is in proper functional condition and meets all safety requirements. All reused components are to be cleaned and free of defect, and meet all manufacturers' standards. All areas of impact shall be returned to their original state or with minimal impact. The contractor shall verify and be responsible for all dimensions, existing site conditions on the job, and shall be required to report all discrepancies via Request For Information (RFI) to the COR for resolution prior to commencing with any work. If at any time the materials identified for reuse becomes damaged by the contractor and/or subcontractor, the contractor shall be liable for all cost associated with either its replacement or repair. 2.0. Submittals Government approval is required for submittals. The following shall be submitted in accordance with SUBMITTAL PROCEDURES (as discussed at the Pre-proposal/site orientation meeting): Preconstruction Submittals List of Contact Personnel including phone, fax, and e-mail address information. All Contractor/subcontractor Personnel Note: These submittals should be PDF scanned to lori.rubino@us.army.mil, and the check must be reviewed by Security before the work begins. oCopies of Driver License or (state photo ID) oSigned Authorization for Release of Information, SF 86-1 Vehicle and Equipment List including a copy of vehicle registration and auto insurance cards or proof of liability. Proof of Insurance List of Proposed Subcontractors List of Proposed Products, including manufacturer/supplier specifications. Hot Work Permit (FHL Fire Department can provide) Safety Plan Schedule Antiterrorism Level I Awareness Training Certificate(s) Catalog Cut, Manufacturers data, and MSDS Data Sheets. 3.0. Fort Hunter Liggett Regulations (For discussion at Pre-Con Meeting) The Contractor shall become familiar and obey all Fort Hunter Liggett, and Army regulations, especially those pertaining to safety, fire, traffic and security regulations. Ingress and egress of Contractor vehicles at Fort Hunter Liggett shall be limited to the Main Gate located near Jolon Road and along Mission Road. To minimize traffic congestion, delivery of materials shall be outside of peak traffic hours (6:30 to 8:00 a.m. and 3:30 to 5:30 p.m.) unless otherwise approved by the Contracting Officer. The Contractor shall prepare and provide a copy of their site specific Health and Safety Plan to the Directorate of Public Works for review and approval. 4.0. Regulatory and Safety Requirements 4.1. Comply with current Federal, State and local inventoried hauling and disposal regulations. In addition to requirements specified elsewhere in the contract, conform to the safety requirements contained in EM 385-1-1. Comply with current OSHA safety standards. 4.2. All work which may cause excessive dust, heat, smoke, or other airborne particulates shall be pre approved by the fire department. Failure to obtain approval to perform such work may incur liability by the contractor to maintain, repair, replace or re-service fire detection, suppression or alarm systems. All work requiring use of welders, torches, grinders, or other heat or flame producing devices must be approved by the fire department and cannot be started without a "Hot Work" permit IAW AR 420-1. Contractor shall contact the fire department to request a site inspection and approval to start work. Fire detection, suppression, and alarm systems may require protection and/or be disabled for the duration of these operations. 5.0. Items to Remain in Place Any items damaged as a result of the contractors operations shall be repaired at the contractors own expense. Repairs, reinforcement, and/or replacement of structural and non-structural items remaining in place require approval by the Contracting Officer of a written plan prepared by a Professional Engineer prior to performing such work. 6.0. Weather Protection Protect building materials and equipment from the weather at all times. 7.0. Protection of Structures The Contractor shall ensure that no damage from work conducted to any government facilities or the surrounding area. Any damage incurred to government facilities and/or property shall be repaired and returned to its previous state at the contractor's own expense. 8.0. Clean-up 8.1. Clean entire work site, haul all debris off of Fort Hunter Liggett to a Federal, State, and Local approved disposal site, and remove all contractor owned equipment and materials. 8.2. Excess materials after completion of project will go to Directorate of Public Works Operation & Maintenance (DPW-O&M) coordinated through the COR. 9.0. Technical Requirements (For discussion at Pre-Con Meeting) 9.1. All work shall be done in accordance with the statement of work. Work shall be performed to meet, at a minimum, the applicable federal, state, local regulations and codes, to include any DoD or Army regulations that apply. A complete and usable system shall be available upon completion of this project. 9.2. The contractor will schedule at least one week in advance and attend a meeting with the CO & COR prior to scheduling or starting any work. Contact the CO between the hours of 8:00 A.M. to 4:30 P.M. Monday through Friday, to schedule this meeting. In this meeting the contractor will present a tentative starting date, schedule of work, and submittals. (Do not schedule work to start the day of the meeting.) 9.3. The Contractor/subcontractor's personnel shall undergo a background check resulting in a favorable review by the FHL Security & intelligence Office. 9.4. Contractor shall ensure that each representative requiring access to the installation completes Antiterrorism Level I 'Awareness' Training annually and prior to accessing the installation. The training is available at: https://atlevel1.dtic.mil/at. Once the training is completed, the COR will submit a copy of all completed certificates to Mr. Dave Young, larry.d.young2@us.army.mil. 10.0. Project scheduling 10.1. The contractor shall notify the COR at least five (5) working days prior to starting the on-site phase of the project. The following phasing related issues shall affect the work. 10.2. Work Hours: Normal work hours are from 0730 to 1600, Monday through Friday except Federal Holidays. Contractor shall not be permitted to work other than normal work hours unless authorized by the COR. 10.3. Availabilities of Utilities: Subject to available supply, reasonable amounts of potable water and electricity will be furnished by the Government, without charge, to the contractor from existing outlets and supplies. Contractor shall reasonably conserve these resources. 10.4. Safety: All work and materials used shall be in compliance with the provisions of the U.S. Department of Labor, Occupational Safety and Health Act, pertinent national fire prevention codes, the latest National Electrical Code and the U.S. Army Corps of Engineers EM 385-1 Safety and Health Manual. The Contractor shall provide signs, barriers, and barricades to provide a safe working area. 10.5. Power Outages: Overhead work and power outages shall be kept to minimum, outages shall be scheduled and approved prior to commencement through DPW at a minimum of five (5) business days prior. 11.0. Inspection and Acceptance 11.1. The contractor and the COR will jointly conduct a pre-final inspection prior to the contractor requesting a final inspection. Any discrepancies noted shall be corrected prior to final inspection. 11.2. The contractor shall request final inspection at least one working day prior to the desired inspection date. If all deficiencies from the pre-final inspection have been corrected the Government will accept the work. If deficiencies have not been corrected then the contractor will not receive a satisfactory or higher rating on their performance evaluation. 11.3. The Contractor may bill for work completed subsequent to correction of all deficiencies and official acceptance by the Government. Only the CO/COR is authorized to make acceptance for the Government and acceptance will be annotated on this Scope of Work. 12.0. Warranty 12.1. The contractor is responsible to provide a one (1) year warranty on materials, parts and labor for the installation, other than manufacturer's warranty. 12.2. Contractor shall provide a copy of manufacturer's warranty to the Fort Hunter Liggett COR. APPENDIX All listed appendixes are for informational purposes only; contractor shall abide by industry standards and requirements listed elsewhere in this statement of work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c58619f9a7478c1eef587cf65d4bab3a)
- Place of Performance
- Address: DEH Fort Hunter Liggett Bldg S232 California Ave Jolon CA
- Zip Code: 93928
- Zip Code: 93928
- Record
- SN02457518-W 20110528/110526234342-c58619f9a7478c1eef587cf65d4bab3a (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 |