SOLICITATION NOTICE
F -- DEGASSING/CLEANING TANKS ON FUEL BARGE 102
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-12-Q-0034
- Response Due
- 4/23/2012
- Archive Date
- 6/22/2012
- Point of Contact
- Valerie Marshall, 901 544-3619
- E-Mail Address
-
USACE District, Memphis
(valerie.marshall@mvm02.usace.army.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. The solicitation number is W912EQ-12-Q-0034 and is being issued as a Request for Quote (RFQ). An official copy of the solicitation can be viewed by logging onto www.acquisition.army.mil.asfi/gov. This acquisition is a SMALL BUSINESS SET-ASIDE procurement. The associated NAICS code is 562998. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted in hard copy, either through regular mail or by delivery, facsimile or email. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quote to include all charges. Response to this solicitation must be received via mail or delivery, facsimile, or email, by April 23, 2012 no later than 10:00 AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0034 addressed to Valerie Marshall, Contract Specialist, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.marshall@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov CENTRAL CONTRACTOR'S REGISTRATION (CCR) AND ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATIONS (ORCA) In accordance with FAR 52.204-7, Central Contractor Registration (CCR), all vendors shall be registered in CCR prior to bid. Vendors must also be registered in Online Representations and Certifications Applications (ORCA). Websites: CCR https://www.bpn.gov/ccr and ORCA https://orca.bpn.gov North American Industry Classification System (NAICS) Code applicable (562998 listed above) to this acquisition must be in vendor's CCR registration and ORCA. Note: Update CCR profile and ORCA to include all applicable NAICS Codes associated with your company. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the attached specifications: BID LINE ITEM: CLIN 0001 DEGAS AND CLEAN BARGE LRD 102 STATEMENT OF WORK DEGASSING /CLEANING TANKS MVM FUEL BARGE 102 1.0OBJECTIVE: The Contractor shall remove, de-gas, and certify safe for inspection, 1 [one] fuel barge 2.0DESCRIPTION OF VESSEL The 102 fuel barge is approximately 200 ft. long, 58 feet wide and holds around 450,000 gallons of fuel and will be dry-docked at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. PERIOD OF PERFORMANCE The period of performance for this project is 20 Calendar Days from date of contract award. Normal business hours at Ensley Engineer Yard are 0630-1700 Monday through Thursday. Contractor hours may be adjusted. If alternate hours are requested, this must be specified in the contractor's proposal. 3.0SAFETY REQUIREMENTS Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Rod Kellow, Safety Officer, at 901-544-3601. 4.1ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractor's site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385-1-1, 3 November 2004, Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. Prior to the project beginning, a safety conference with the corps' representative and safety officer will be held with the contractor's employees. At a minimum, fall, respirator, eye protection, confined space requirements per 29 CFR 1910.120 and 1910.146, and the contractor's site-specific accident prevention plan will be discussed in a pre-start up conference. 4.2ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer or Contracting Officer's Representative (COR). Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective actions to the Contracting Officer, on ENG Form 3394, as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. 4.2.1Supervisor's Responsibilities: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employee's regular duties and the availability of "Light Duty" so the injured employee can return to work as soon as medically possible. 4.3MACHINERY AND MECHANIZED EQUIPMENT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipment inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. 4.4FIRST AID/CPR REQUIREMENTS: Two employees shall be certified in CPR and first-aid per shift/per site. Proof of certification shall be provided to the COR. 5.0GOVERNMENT RESPONSIBILITIES: 5.1The government is responsible for the following: At project completion the Contractor and Maintenance Supervisor, Jerry Britton will make a joint visual inspection of the project and needed repairs for contractor damage if found will be noted and made immediately. 5.2The Government will provide reasonable utilities at its discretion. 6.0CONTRACTOR RESPONSIBILITIES: The successful offeror will be responsible for the following requirements: 6.1Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. Contractor is to provide an onsite supervisor on the job site for the duration of the job. 6.2The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. 6.3Contractor must contact Jerry Britton at 901-828-0877 to arrange for placement of contractor equipment. 6.4All contractor equipment will be removed immediately from government property at job completion. 6.5Any "Or Equal" material proposed by the contractor will be submitted for prior approval by the Contracting Officer's Representative. 6.6As required under 33 CFR 156.150, the U. S. Coast Guard must be notified 24 hours prior to any transfer on navigable waterways and a vessel inspection completed prior to job commencement. 7.0ENVIRONMENTAL CONCERNS: The Contractor will be responsible for the following environmental concerns: 7.1Contractor is responsible for and must document containment and disposal of all waste generated during the project. Waste must be disposed of in accordance with EPA regulations. 7.2No waste of any kind is to enter the lake. If contamination occurs, it will be the contractor's responsibility for immediate remediation. 7.3Any degreasing agents used must be environmentally safe. 7.4The tank degassing portion of this project involves "confined spaces" and therefore requires technicians and operators to be trained and certified to satisfy the requirements of 29 CFR 1910.120 and 1910.146. Documentation of such training is required. 7.5Material Safety Data Sheets for all materials will be maintained on site and a copy will be provided to the COR. 8.0DEGASSING AND CLEANING SERVICES The Contractor shall free from fuel, degas, and clean the fuel barge as needed for USCG inspection. 9.0CONTRACTOR SUBMITTALS The following list of submittals will be provided to the Contracting Officer's Representative as required. Title Reference 8.1 Accident Prevention PlanSection4.1 8.2Accident Investigation Forms, as requiredSection 4.2 8.3CPR CertificationsSection 4.4 8.4Training Certifications for 29 CFR 1910.120 and 1910.146. Section 6.7.5 8.5MSDS SubmissionsSection 6.7.6 8.6Certificate of Atmospheric ConditionSection 7.1.4 10.0COMPLIANCE DOCUMENTS The Contractor shall be aware of the following list of Compliance Documents, necessary for successful completion of this requirement. EM-385-1-1 --Army Corp of Engineers, Safety and Health Requirements Manual, 3 Nov 04 11.0FINAL INSPECTION All work performed shall be jointly inspected by the Contractor and the Contracting Officer's Representative. The COR will determine if the areas listed herein have been properly cleaned by wiping the cleaned surfaces with a white rag. If any dirt, grease or other grime is visible on the rag, it will be determined that the contractor has not met its obligation and the areas will have to be re-cleaned. Repeated failed inspections may result in a finding that the contractor has defaulted. 12.0CONTRACTING OFFICER /CONTRACTING OFFICER'S REPRESENTATIVE 12.1CONTRACTING OFFICER'S REPRESENTATIVE: The Contracting Officer's Representative, or COR, is appointed by the Contracting Officer as the representative overseeing contractor operations. No instructions of the Contracting Officer's Representative or lack thereof will at any time relieve the Contractor from the responsibility of complying fully with all requirements of statement of work and the contract. The Contracting Officer's Representative is not authorized to waive or alter in any respect any of the terms or requirements of the contract, or to make additional requirements. 12.2CONTRACTING OFFICER: The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract involving an increase or decrease in funds or performance period will be issued by formal contract modification. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred; FAR52.209-10 Prohibition on Contracting with inverted domestic corporations; FAR 52.212-1 - Instructions to Offerors-Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.217-8 Option to Extend Services; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.228-5 Insurance - Work on a Government Installation; FAR 52.223-3 Hazardous Material Identification & Material Safety Data; FAR 52.223-13 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.237-2 Protection of Govt Buildings; FAR 52.252-2 Clauses to Incorporate by Reference; FAR 52.245-2 Government Property Installation Operation Services; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.201-7000 Contracting Officer's Representative; DFAR 252.225-7001 Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.223-7006 Prohibition of Storage and Disposal of Toxic and Hazardous Materials. Wage Determination 2005-2495 revision 14.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0034/listing.html)
- Place of Performance
- Address: USACE District, Memphis - Ensley Engineer Yard 2915 Riverport Road Memphis TN
- Zip Code: 38109
- Zip Code: 38109
- Record
- SN02726219-W 20120421/120419235624-1c5bfa6c69178333eb08d37f3a8ae3e5 (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 |