SOLICITATION NOTICE
34 -- Above Ground Storage Tank Replacement Project, Rickenbacker ANG, Columbus, OH 43217-1161
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- 121 ARW/MSC, Rickenbacker IAP, 7370 Minuteman Way, Columbus, OH 43217-5875
- ZIP Code
- 43217-5875
- Solicitation Number
- F8V3EM1200A001
- Response Due
- 9/14/2011
- Archive Date
- 11/13/2011
- Point of Contact
- Ceresa Fox, 614-492-4237
- E-Mail Address
-
121 ARW/MSC
(ceresa.fox@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation F8V3EM1200A001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-28. (IV) This acquisition is reserved for small business concerns. The associated NAICS code is 332420, standard industrial classification 3443 Fabricated Plate Work (Boiler Shops) (heavy gauge tanks), small business size 500 employees. (V) COMMERCIAL ITEM DESCRIPTION: The 121 Air Refueling Wing Ohio Air National Guard has requirement for the following: CLIN (0001) (QTY.1) REPAIR AND REPLACE ABOVE GROUND STORAGE TANKS, RICKENBACKER AIR NATIONAL GUARD BASE, Columbus, OH, 43217-1161 1.01SCOPE: Furnish a proposal to provide all labor, materials, equipment, and supplies necessary to perform all work to upgrade or replace existing above ground Storage Tanks (AST) to meet current code. ASTs include stand alone tanks and tanks mounted to generators. Contractor's proposal will include submittal of material to be used, a project schedule, and a cost for all work. Work to be accomplished will be based on previous inspection results detailing all upgrades required. 1.02LOCATION: All work is located at Rickenbacker Airport, Columbus Ohio. Work will be completed in several buildings at the airport. 1.03COORDINATION: A. Notify the contracting officer at least two business days prior to the start of work. Coordinate all work with the Base Civil Engineer through the contracting officer. Work may be done outside of regular business hours if previously coordinated. Regular business hours are 7:00 AM to 5:00 PM. B. Work will be in a military restricted area. Contractor must strictly adhere to security requirements and pay particular attention to limits of access. 1.04SAFETY: All precautions necessary to insure the safety of personnel and the protection of existing equipment and structures will be strictly enforced. 1.05SITE CONDITIONS: Submission of a proposal by a contractor shall be considered evidence that the contractor has examined the request for proposal and is satisfied as to the nature and location of the work and all matters which can in any way affect the work or the cost of the work under the proposal. Any failure of the contractor to become acquainted with all available information, including physical survey of the site of the proposed work will not relieve the contractor from successfully performing all work to be done for a complete and acceptable job. 1.06SUBMITTALS: A.The following items must be submitted with the proposal: 1.Total cost with a price breakdown for labor, material, inspection fees and any other cost. Also provide the cost as a total for the work on each tank. 2.Proposed schedule. 3.Proposed material including replacement tanks, replacement vents, gauges and valves, fire extinguishers, placards and material for platforms. Submittal should include manufacturer's product information for each type of item provided. 4.Certifications of individuals or firms who will complete required inspections. B. The following items must be submitted after award of the contract: 1.MSDS sheets for all hazardous material including flammable, corrosive or toxic material. This includes but is not limited to adhesives, glues, solvents, primer, paint, solder, flux, and fuels to be used 2.AF Form 3000A which tracks construction debris that goes to dump sites or is recycled. 3.Certification that removed tanks and product has been properly disposed. 4.Certification of inspection of new tanks. 5.Operations and Maintenance manuals for tanks and items installed. 1.07EVALUATION: Proposals will be evaluated based on completeness of submittal, proposed tanks and other material meeting code and requirements, cost, and schedule. 1.08 MATERIAL: All material will be new, unused items intended for use it is being furnished. Material must meet all standards required by current code for use in above ground storage tank applications. Installation of any item must include all incidental material for a complete, finished installation. Any damage to existing tanks, accessories or finish must be repaired. 1.09WORK TO BE ACCOMPLISHED: Tanks to be replaced will be located in the same location. Work should include any concrete pads or other support if the existing is not adequate. Government will remove product from tanks to be replaced. Contractor is responsible for any residual product in the tanks and for properly disposing of product and tanks. New items installed on existing tanks that can be finished must be finished to match the existing tank. A. Building 500, Generator base tank, 75 gal, diesel 1. Install a Class B fire extinguisher 2.Install fire diamond and fuel contents placard 3.Install 2" UL listed emergency vent device 4.Install UL-listed emergency vent device on tank interstice B. Building 670, Generator base tank, 130 gal, diesel 1. Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank C. Building 820, Generator base tank, 500 gal, diesel 1.Label accurate tank volume on tank visible from fill location 2.Install a Class B fire extinguisher 3.Install fire diamond and fuel contents placard 4.Permanently anchor steps to control panel 5.Install grounding on tank D. Building 846, Stand alone tank, 495 gal, used oil 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank E.Building 872, Stand alone tank, 3000 gal, used oil 1.Install a Class B fire extinguisher 2.Install permanent filling platform. Platform will be approximately four feet high. 3.Install vehicle protection 4.Remove water from tank interstice and cap port with steel plug 5.Install 2" normal vent device 6.Replace plastic pipe with metal 7.Install additional piping supports outside 8.Install overfill alarm and shutoff valve initiating at 90% and 95% capacities respectively 9.Install grounding on tank F. Building 875, Generator base tank, 180 gal, diesel 1. Separate tank from building a minimum of 5' 2.Install fire extinguisher, Class B 3.Install fire diamond and fuel contents placards 4.Install vehicle protection 5.Install 2" normal vent device or reduce fill size. Tank fill size cannot exceed normal vent diameter 6.Replace level gauge G.Building 879-1, Horizontal cylindrical tank, 550 gal, diesel 1.Install permanent filling platform. Platform will be approximately seven feet high. 2.Install fireproofing on tank supports 3.Install 4" UL-listed emergency vent device on tank exhausting outdoors 4.Install 4" UL-listed emergency vent device on tank interstice exhausting outdoors 5.Replace brass valves with steel 6.Install steel isolation valve on supply line at tank 7.Install check valve at remote fill location 8.Install level gauge that is readable at filling locations 9.Install overfill alarm and shutoff valve initiating at 90% and 95% capacities respectively 10.Install fire safety valve in fuel line as close to tank as is practical 11.Install grounding on tank H.Building 879-2, Horizontal cylindrical tank, 550 gal, diesel 1.Install fireproofing on tank supports 2.Install 4" UL-listed emergency vent device on tank exhausting outdoors 3.Install 4" UL-listed emergency vent device on tank interstice exhausting outdoors 4.Replace brass valves with steel 5.Install steel isolation valve on supply line at tank 6.Install check valve at remote fill location 7.Install level gauge that is readable at filling locations 8.Install overfill alarm and shutoff valve initiating at 90% and 95% capacities respectively 9.Install fire safety valve in fuel line as close to tank as is practical 10.Install grounding on tank I.Building 879-3, Horizontal cylindrical tank, 550 gal, diesel 1.Install fireproofing on tank supports 2.Install 4" UL-listed emergency vent device on tank exhausting outdoors 3.Install 4" UL-listed emergency vent device on tank interstice exhausting outdoors 4.Replace brass valves with steel 5.Install steel isolation valve on supply line at tank 6.Install check valve at remote fill location 7.Install level gauge that is readable at filling locations 8.Install overfill alarm and shutoff valve initiating at 90% and 95% capacities respectively 9.Install fire safety valve in fuel line as close to tank as is practical 10.Install grounding on tank J.Building 885, Rectangular tank, 495 gal, used oil 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank K.Building 886, Generator base tank, 60 gal, diesel 1.Label accurate tank volume on tank visible from fill location 2.Install fire diamond and fuel contents placards 3.Combine 1" fill with 1" return line. Fill diameter cannot exceed vent diameter 4.Replace current fill with 2" UL-listed emergency vent device exhausting outdoors 5.Install level gauge that is readable during transfer 6.Install fill top catchment 7.Install grounding on tank L.Building 887, Generator base tank, 57 gal, diesel 1.Label accurate tank volume on tank visible from fill location 2.Install fire extinguisher, Class B 3.Install fire diamond and fuel contents placards 4.Install vehicle protection 5.Combine 1" fill with 1" return line. Fill diameter cannot exceed vent diameter 6.Replace current fill with 2" UL-listed emergency vent device exhausting outdoors 7.Install level gauge that is readable during transfer M. Building 888-1, Rectangular tank, 495 gal, JP-8 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank N.Building 888-2, Rectangular tank, 495 gal, JP-8 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank O.Building 888-3, Rectangular tank, 275, used oil 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank P.Building 888-4, Rectangular tank, 495 gal, used oil 1.Replace tank with suitable UL-142 listed tank 2.Perform a formal external inspection on newly installed tank Q.Building 888-5, Rectangular tank, 275 gal, waste fuel 1.Separate tanks a minimum of 3' 2.Install vehicle protection 3.Level tank with non-combustible materials 4.Repair/replace vent device to ensure proper operation 5.Remove normal vent device from tank interstice and replace with steel plug 6.Install permanent grounding system on tank R.Building 2000, Generator base tank, 200 gal, diesel 1.Separate tank from building a minimum of 5' 2.Label accurate tank volume on tank visible from fill location 3.Install fire extinguisher, Class B 4.Install fire diamond and fuel contents placards 5.Close penetration with steel plug 6.Install 2" normal vent device or reduce tank fill size. Tank fill size cannot exceed normal vent diameter 7.Repair/replace primary emergency vent device ensuring that a proper gasket is installed S.GSU, Horizontal cylindrical tank, 6,000 gal, diesel/gasoline 1.Install fire diamond placards 2.Prepare surface and repaint (including piping) 3.Remove water from interstice and cap opening with steel plug 4.Apply label to manway covers 5.Repair/replace leaking fittings T.POL-1, Generator base tank, 400 gal, diesel 1.Install fire extinguisher, Class B 2.Install fire diamond and fuel contents placards 3.Install vehicle protection 4.Prepare surface and repaint 5.Install 2" normal vent device or reduce tank fill size. Tank fill size cannot exceed normal vent diameter FOB Destination for delivery to: 121 ARW/CE, 7381 Zistel St, Bldg 872 RIAP, Columbus OH 43217-1161. Delivery NLT 30 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). Note: Alternate models: If vendor is proposing an alternate or equal model manufactured by another supplier, vendor shall provide exact details for each line of this specification (including warranty information) for proposal evaluation purposes. The following clauses apply to this provision, FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Electronic Submission of Payment Requests; 225.243-7002, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). SITE VISIT: A site visit is scheduled for 24 August 2011 at 10:00 AM EST. No other site visits will be held. A visitor entry log (or EAL) will be required to be completed and returned to 121arw.contracting@ang.af.mil no later than 22 August 2011 in order to gain access to the installation. The subject line should read "EAL for Tank Project Site Visits - RFQ# F8V3EM1200A001". The meeting will start promptly at 10:00 AM EST and late shows will not be allowed to attend. Allow additional time for vehicle inspections at the contractors gate (N5 Gate off Second Street). QUESTIONS: All questions MUST be submitted in writing no later than 29 August 2011. All questions should be sent to 121arw.contracting@ang.af.mil and the subject line should read "Questions for Tank Project, RFQ# F8V3EM1200A001". (XVI) Quotes will be due to the 121ARW/MSC, 7370 Minuteman Way, Rickenbacker IAP, Columbus, Ohio 43217, 14 Sep 2011 NLT 10:00 AM. EST. Email quotes will be accepted at 121arw.contracting@ang.af.mil, reference RFQ# F8V3EM1200A001 in the subject line. No FAXED quotes will be accepted. IMPORTANT DATES / TIMELINES: Site Visit: 24 August 2011 @ 10:00 AM EST EAL's Due for Site Visit: 22 August 2011 Written Questions Due: 29 August 2011 Quotes/Bids Due: 14 September 2011 @ 10:00 AM EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-1/F8V3EM1200A001/listing.html)
- Place of Performance
- Address: 121 ARW/MSC Rickenbacker IAP, 7370 Minuteman Way Columbus OH
- Zip Code: 43217-5875
- Zip Code: 43217-5875
- Record
- SN02535152-W 20110817/110815235822-b00263e076731ee2e62d3728ea44af8d (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 |