Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

54 -- Purchase 1 New 2500 Gallon Aviation Fuel Tank System to include cabinet

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
F11PS01518
 
Response Due
8/24/2011
 
Archive Date
8/11/2012
 
Point of Contact
Katherine Smiley Contract Specialist 9077863616 Katherine_Smiley@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: Request for Quote (RFQ)F11PS01518 - Beaver Avgas Tank System General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F11PS01518Posted Date:August 12, 2011Response Date: August 24, 2011 at 2: 00 pm Alaska TimeSet Aside:100% Small Business Set-Aside NAICS Code/Description: 332420- Metal Tank (Heavy Gauge) ManufacturingSBA: Size Standard:500 employees Acquisition Office AddressContracting and General ServicesU.S. Fish & Wildlife Service, Region 71011 East Tudor Road, Mail Stop 171Anchorage, AK 99503-6199 DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) in Subparts 12.6 and 13.105, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53 July 05, 2011. This is fixed price procurement and requirements will be procured using commercial item procedures. A best value award selection will be made based on a comparison of all offers Notice to Offers Questions and Answers: Questions will be accepted in writing to the Contracting Officer via email: Katherine_Smiley@fws.govthrough Thursday August 18, 2011 at 2:00 p.m. Alaska Time. All questions will be provided anonymously in an amendment with the answers in accordance with FAR 13.105 Synopsis and Posting Requirements and disseminated to all interested vendors by Monday, August 22nd Submitting a Quote: Quotes submitted shall contain the following information: Any and all data/information to verify product offered meets the standards/specification listed and or referenced here, RFQ number, Point of Contact: name, Address, Telephone number of Offeror, Terms of any expressed warranty, Price, any discount terms and Signed acknowledgement of all solicitation amendments (if applicable). List of applicable references/past performance information to include but not limited to: Contract number, contract value, date of performance, Company contact name and phone numberQuote shall also contain all other documentation specified herein. Offerors quote is acceptance of all terms, conditions and provisions included in the solicitation. Facsimile and electronic mail quotes will be accepted. Period of Acceptance for Quotes: The Offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is stated in an addendum to the solicitation. Quotations may be submitted by:"E-mail to: Katherine_Smiley@fws.gov "Faxed to: 907-786-3923 "Mailed to: Attn: Kathi Smiley Contracting and General ServicesU.S. Fish & Wildlife Service, Region 71011 East Tudor Road, Mail Stop 171Anchorage, AK 99503-6199 Point of ContactKathi Smiley, Contracting Officer907-786-3616 Description/Specifications: The proposal shall consist of all material, labor and shipping to provide and deliver FOB destination to U.S. Fish & Wildlife Service Compound, 101 12th Avenue, Fairbanks, Alaska 99701 - one (1) new double wall 2500 gallon aviation fuel tank system and one (1) stand alone fuel dispensing cabinet that shall house the necessary appurtenances for an operational aviation fuel tank system meeting all specifications listed. PART 1 - GENERAL 1.1 PROJECT DESCRIPTION and SCOPE COMPONENTS:A.Tank:1.Provide one (1) new double wall 2500 gallon aviation fuel tank system constructed to meet Steel Tank Institute F921, Appendix D and UL 142 and UL 2085 requirements. Tanks shall comply with NFPA 30A for fire resistive performance. The tank shall be cylindrical in shape and mounted on structural steel beam skids that are an integral part of the tank with the proper nameplates for a supported tank system. 2.Provide one stand alone fuel dispensing cabinet that shall house the necessary appurtenances for an operational aviation fuel tank system.3.Tank shall have ports that are raised and broadened such that there are no depressions around port openings, to prevent ice, snow or liquids from pooling around tank openings. Several items listed in these specifications may be deviations from your standard tanks and therefore careful review of these specifications and close contact with the CO are very important. Provide ports for filling, suction, fuel quantity gauge, interstitial leak detection,, one for normal venting of the primary tank, two for emergency venting of the primary and secondary tank and one spare port for the primary tank plugged with an approved cast iron plug and a frost proof drain valve. 4.The total (actual) capacity of the tank shall neither be less than the rated nominal capacity nor more than 110 percent of the rated nominal capacity. 5. Provide lifting lugs and ground points.6.Provide full detail information/details on available commercial standard warranty.7.Provide full detailed information and commissioning instructions. B.Appurtenances: 1.Marine grade coating system, desert sand color2.One (1) each cold weather aviation gasoline approved pump with cold weather seals3.One (1) each anti siphon valve4.One (1) each mechanical meter 5.Fifty (50) feet of extreme cold weather aviation hose 6.One (1) aviation grade over wing nozzle7.One (1) each hose reel, capable of handling the 50 feet of hose 8.Fifty (50) feet of static line 9.One (1) set of aviation fuel filters 10.One (1) each standard aviation nozzle 11.One (1) each normal vent pipe long enough to be twelve (12) feet above ground level.12.One (1) each normal vacuum pressure vent set below the pressure of the emergency vents13.Two (2) each emergency vent pipes long enough to be two feet above the top of the tank14.Two (2) each emergency vacuum pressure vents set above the pressure of the normal vent.15.One (1) each spill containment basin 16.One (1) each OSHA approved end mounted ladder17.One (1) each interstitial leak detection indicator18.One (1) each clock type battery powered alarming fuel quantity gauge 19.Two (2) each 20 lb fire extinguishers (for aviation fuel tank only)20.Fill and suction tubes21.Stainless steel ball (isolation) valves22.Differential pressure gauge23.Pressure relief valves24.In line fuel sampling probe C.Fuel Dispensing Cabinet: Provide a complete explosion proof system. The pump, anti-siphon valve, mechanical meter, flexible connectors, isolation valves, pressure gauges, pressure relief valves, pressure gauges, piping, sampling probes, hose, hose reel, static reel, aviation fuel filters, sediment pre filters, aviation fuel nozzle, piping, and electrical connections shall be housed in a standalone lockable fuel dispensing cabinet (enclosure). The enclosure shall be five feet to the top or approved equal. The power source/system is 110 Volt power. No keyed locks are required. Provide a welded on hasp for use with a 3/8 inch shackle pad lock. The enclosure shall have secondary containment sloped to a low point drain. Provide vapor proof braided flexible piping to connect enclosure to the base tank system. Entire enclosure shall be primed and painted with desert sand color marine grade paint. The cabinet shall arrive as completely assembled and as ready for use as possible. Provide cut off switch tied to the differential pressure gauge. Cut of switch is designed to cut pump off if an excess differential pressure is experienced.Mount filter vessel with sufficient clearance (8"or more) to allow sumping and cartridge change out. Provide in line fuel sampling probe, Gammon GTP-7 or equal. The tank system (tank, appurtenances, fuel dispensing cabinet) shall arrive as completely assembled and as ready for use as possible. The system shall be completely plumbed, prewired, and explosion proof. The system shall require only an electrical supply to be operational. 1.2 REQUIRED DOCUMENTATIONA.With proposal Contractor shall provide initial shop drawings and appurtenance data with sufficient details to prove they meet government requirements. This includes but is not limited to:1.Entire tank system with markings 2.Coating system3.Normal vents4.Emergency vents5.Anti-siphon valve 6.Interstitial leak detection indicator 7.Fuel quantity gaugeB. At award Contractor shall provide final detailed shop drawings and appurtenance product data to include manufacturer's literature, printed installation instructions, diagrams, test results and parts list for review and COTR acceptance. This includes but is not limited to:1.Entire tank system with markings 2.Coating system3.Normal vents4.Emergency vents5.Anti-siphon valve 6.Interstitial leak detection indicator 7.Fuel quantity gauge 1.3 DELIVERY REQUIREMENTS: The government has no equipment or resources to transport or deliver the tank system and no government furnished equipment is part of this contract. Delivery: FOB destination to the US Fish and Wildlife Yukon Flats National Wildlife Refuge Aviation Hangar, 101 12th Avenue, Fairbanks, Alaska, 99701. The Contractor assumes full responsibility for the tanks until they are delivered FOB to the site. The Contractor shall test the tank system for operability and provide detailed commissioning instructions. 1.4CONTACTS:Contracting Officer (CO):Contracting and General Services1011 East Tudor RoadAnchorage, Alaska 99503Kathi Smiley (907)786-3616, (907)786-3923 fax Katherine_Smiley@fws.gov 1.5SUBMITTALS:Contractor shall submit shop drawings for the tanks and all appurtenances for approval prior to manufacture. Show:1.Principal dimensions2.Markings3.Weight 4.Color5.Port locations6.Port markings 7.Fitting schedule8.Warranty information9.Skids and 10.Ladders 11.Any electrical information.12.Provide one electronic copy for the system. When comments are made to initial submittal, Contractor shall highlight those changes in subsequent submittals. Contractor shall submit product data to include manufacturer's literature, printed installation instructions, diagrams, test results and parts lists. Descriptive literature shall be exact, no assumptions are made and no substitutions are allowed without prior written approval. Provide data to include but not be limited to the following:1.Fuel dispensing cabinet2.Coating system 3.Pump 4.Anti-siphon valve5.Mechanical meter6.Hose 7.Hose reel 8.Static line 9.Aviation fuel filters 10.Nozzle11.Spill containment basin12.Interstitial leak detection indicator13.Clock type fuel quantity gage14.Fire extinguishers 15.Electrical information Contractor shall submit detailed warranty information. Contractor shall submit detailed commissioning instructions. PART 2 - PRODUCTS 2.1INSULATED, STEEL, AVIATION GASOLINE STORAGE TANK SYSTEM:A.Tank ports:1.A fill port2.A suction port3.A fuel level gauge port4.An interstitial leak detection port5.One (1) normal vent port for the primary tank 6.Two (2) emergency vent ports, one for the primary tank and one for the secondary tank7.One spare port for the primary tank, locate near the fuel level gauge port8.One spare port for the secondary tank B.Markings: Mark each tank with the manufacturer's name, trade name, or trademark or other descriptive marking by which the organization responsible for the product can be identified. If a manufacturer produces tanks at more than one factory, each tank shall have a distinctive marking by which it can be identified as the product of a particular factory. Each tank shall also be marked with: "NO SMOKING" signs on each side "TYPE (AVIATION FUEL)" signs on each side "SIZE (2500 Gallons)" signs on each side UL 142, UL 2085, and STI nameplates permanently attached to the tank system NFPA Chemical hazard label The required markings shall be embossed, etched, stamped on a nameplate of corrosion resistant metal, or as described below. The markings shall be in a size and style of type corresponding to 18 point Franklin Gothic [1/4 inch high letters] or the equivalent. The nameplate shall be attached by welding or brazing or by attaching it by drive screws, rivets, welding, or brazing to a bracket or holder that is then welded or brazed to the tank. If a pressure-sensitive label, ink or paint stenciling, or other method is used, it shall comply with the requirements in the Standard for Marking and Labeling Systems, UL 969; be suitable for outdoor use and exposure to fuels and gasoline; and have a minimum surface temperature rating of 140o F. The nameplate shall be secured to the primary and secondary tank. All ports shall be marked. 2.2APPURTENANCES: A.All materials used in fabrication shall be compatible with the base tank, flammable and combustible liquid, and the physical and atmospheric conditions where the device is used. Polymerics and elastomers shall be evaluated for compatibility with fluids, surface, or atmospheric conditions with which the part comes in contact. These materials shall comply with the requirements for gaskets and seals, UL 157. All accessories shall be constructed to minimize the stresses on the base tank. B.Coating System: Apply coatings according to manufacturer's recommendations. Paint shall be for use in an extreme marine environment. Primer to be high solids primer compatible with finish paint. Final color shall be Amershield 1046 (desert sand) or approved equal. C.Pump: Heavy duty, UL listed, aviation rated, commercial grade, industry standard pump with explosion-proof motor, sealed bearings and permanent magnet. Self-priming, automatic bypass valve system that won't let motor overheat. Pump shall be capable of producing 15-20 gpm at the nozzle. Provide extreme cold weather pump seals. If extreme cold weather pump seals or other cold weather pump materials (oils, lubricants) are not available, identify those items with proposal. Provide a minimum two year limited warranty. Isolate pump for ease of maintenance. Pumps with gear case that requires gear lubricant are not acceptable as they will not function in cold climates. Pump will be used to pump aviation fuel. D.Anti-siphon devices: EBW Anti-siphon valve, OPW 199ASV Anti-siphon valve or equal. Valve shall have adjustable head pressure range and include an internal pressure relief valve. Provide installation instructions. Provide isolation valves for ease of maintenance. E.Mechanical meter: Fill rite 806CL flow meter or equivalent. FPP fuel meter with resettable Veeder-Root transaction register. F.Hose:Goodyear, Durodyne, Elaflex or approved equal. Hose shall comply with API Bulletin 1529, 1", Class 1, Type C, nonelectrically bonded hose incorporating semi conductive cover compound. Fifty (50 feet) of (operability to -40o F, Impervious to damage at -40o F) hose for use in avgas systems. Couplings shall comply with API 1529. Hose piping shall have integral grounding strap connections. Provide a cam lock on the hose from end of hose to the pump. G.Hose Reel:Hannay, CoxReel, Reelcraft, or approved equal. Electric rewind with manual as secondary suitable for 50 feet of 1 inch avgas hose, with hose stop and roller (TR), hose shall be able to be mounted so it can be pulled straight out. H.Static Grounding Reel: Hannay model #HGR 75, CoxeReel, Reelcraft or approved equal. Spring rewind, 50 feet 7X19 galvanized cable with clear plastic coating, adjustable guide arm with cable guide I.Filters:Velcon (Mdl # VF 61, with differential pressure gauge), Bendix, Facet or approved equal. Aviation approved conforming to IP 1583, single stage, absorbent monitor rated to allow 20 gpm at the nozzle. All sections of the filtering system shall have electrical continuity with adjoining piping and equipment. Filter separator sumps and associated piping that may contain water shall be protected to prevent freezing and bursting. All filters shall match the pumping pressures and flow rate in gallons per minute (gpm) of the pump. Configure filter to be readily accessible with a minimum 8" clearance to allow sumping and cartridge change out. Sediment pre-filter shall be aviation approved with short canister, Goldenrod or equal. Filters shall meet or exceed the following:?Total Solids: 0.3 mg/liter or 1.1 mg/ gallon average; 0.5 mg/liter or 1.9 mg. gallon maximum? Free Water15 ppm (parts per million) - volume? Media Migration 10 fibers/liter J.Nozzle:The overwing refueling nozzle shall be equal to a Morrison 218 Aircraft Refueling Nozzle. The valve that controls the flow of fuel to an aircraft shall have a deadman control. Nozzle spout screens shall be 100-mesh or finer and readily accessible for inspection and cleaning. Nozzles shall have dust covers. K.Vents:Provide two emergency vacuum vents sized to fit and operate with the emergency vent pipes.Provide one normal vacuum vent sized to fit band operate with the normal vent pipe. L.Vent pipes:Tank vent pipes for emergency venting shall be of a length to terminate a minimum of two (2) feet above the top of the tank or as code allows. Vent pipes shall be properly sized. The vent pipe shall be of a length to terminate a minimum of twelve (12) feet above grade or as code allows. Vent pipe shall be properly sized. M.Overfill containment basin: Containment basin shall be attached to tank system. It shall hold a minimum of seven (7) gallons. It shall have a push-type access drain for spilled product and a lockable lid. The overfill sump shall not extend into the top of the main tank such that filling of the main tank is restricted from normal fill rates. Sump shall be less than 12" above top of the tank. N.Interstitial leak detection indicator: Krueger Sentry Gauge model K-2 or equal. Vertical type leak monitor to detect leaks in the interstitial/annular space of a double wall tank. O.Clock type fuel quantity gauge with alarm: Morrison 918F or equal. Clock type gauge and alarm. Gauge shall read in feet and inches with built in battery powered high level warning alarm. Gauge can be rotated 360 degrees after mounting. Place ports for gauge to be convenient to view from fill port. P.Fire Extinguishers: Two - 20 pound Purple K Dry chemical BC extinguishers. Aviation tank system shall have brackets to hold fire extinguishers Q.Fill/Suction tubes:Provide fill and suction tubes of aluminum material, located at opposite ends of the tank. The fill pipe shall be provided with a means for making a direct connection to common fuel truck apparatus, so the delivery of fuel is not exposed to the open air during the filling operation. The fill tube shall extend to within 6" of the tank bottom. R.Piping Systems:Piping, joints, valves, and fittings shall comply with NFPA 30. Joints shall be made liquid tight and shall be threaded, except that listed flexible connectors may be used when installed in accordance with NFPA 30. Piping systems shall contain a sufficient number of valves to operate and protect the system. Piping systems in connection with pumps shall contain a sufficient number of valves to properly control the flow of liquid in normal operation and in the event of physical damage. S.Access ladder and/or platform: Ladders shall comply with the construction requirements in accordance with the current edition of Occupational Safety and Health Standards, Title 29 of the Code of Federal Regulations, Part 1910, Subpart D, Section 1910.27 - Fixed Ladders. Ladders shall support a static load of 1000 pounds. Quote: Pricing/Cost ITEM #1 Description: Firm Fixed Price to include FOB Destination Shipping (address details below) on or before September 30th, 2011 for: One (1) 2500 Gallon aviation fuel tank meeting all requirement specifications detailed in the Description/Specifications section. Shipped FOB Destination to: Yukon Flats National Wildlife Refuge Aviation Hangar, 101 12th AvenueFairbanks, Alaska, 99701 Unit Price $Shipping Cost: SSUBTOTAL Total Firm Fixed Price ITEM 1 $ITEM 2:Description: Firm Fixed Price to include FOB Destination Shipping (address details below) on or before September 30th, 2011 for: One (1) standalone fuel dispensing cabinet meeting all requirement specifications detailed in the Description/Specifications section. Shipped FOB Destination to: Yukon Flats National Wildlife Refuge Aviation Hangar, 101 12th AvenueFairbanks, Alaska, 99701 Unit Price $Shipping Cost: SSUBTOTAL Total Firm Fixed Price ITEM 2 $ GRAND Total Firm Fixed Price including shipping for ITEM 1 & 2.$ _________________GOVERNMENT REQUESTED DELIVERY DATE: September 30, 2011 If the Government requested delivery date cannot be met, provide:VENDOR PROPOSED DELIVERY DATE: ________________ Terms & Conditions FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. Commercial Clauses:Provision Title Date52.212-01Instructions to Offerors--Commercial Items June 200852.212-04Contract Terms and Conditions--Commercial Items June 201052.212-03Offeror Representations and Certifications - Commercial Items at http://orca.bpn.gov August 200952.212-02 Evaluation -- Commercial Items(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical capability of the item offered to meet the Government requirement, and past performance. All non-priced factors when combined are equal to price. Jan 199952.212-05Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial ItemsJuly 201052.222-50Combating Trafficking in PersonsFEB 200952.233-3 Protest After AwardAUG 199652.233-4Applicable Law for Breach of Contract ClaimOCT 200452.222-3Convict LaborJune 200352.222-19Child Labor-Cooperation with Authorities and RemediesJul 201052.222-21Prohibition of Segregated FacilitiesFeb 199952.222-26Equal OpportunityMar 200752.222-36Affirmative Action for Workers with DisabilitiesJun 199852.225-03Buy American Act - Supplies Feb 200952.225-13Restrictions on Certain Foreign PurchasesJun 200852.232-33Payment by Electronic Funds Transfer-Central Contractor RegistrationOct. 2003
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01518/listing.html)
 
Record
SN02532314-W 20110814/110812235504-34817796b5820c00f1495236c8580ae8 (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.