SOLICITATION NOTICE
Z -- AST API 653 Tank Repairs, Facility 104, Pittsburgh IAP, PA - Evaluation Criteria
- Notice Date
- 2/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-R-0071
- Archive Date
- 3/22/2016
- Point of Contact
- Franciska Blankenfeld1, Phone: 2248587015
- E-Mail Address
-
franciska.b.blankenfeld@usace.army.mil
(franciska.b.blankenfeld@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Criteria Part 1 General Information 1. GENERAL This is a purchase order contract to provide joint sealant repairs to the containment area at Pittsburgh ARS, PA Facility 104. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.1 Description of Services The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to execute the joint sealant repairs as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. 1.2 Background An API 653 in-service inspection was conducted Pittsburgh ARS Facility 104 on August 18, 2014. This facility is an AST Fuel Storage Tank. This inspection found that the secondary containment floor liner has cracks along the concrete liner seams of facility 104 and therefore was thought to not meet permeability requirements under PA-DEP. 1.3 Scope Remove and replace approximately 140' [failed/failing portions] of joint seals IAW UFGS 32 01 19 and all local, state and federal regulations. Sealant shall be silicone meeting ASTM D5893 specifications. 1.4 Project Location Pittsburgh Air Reserve Station, Coraopolis, PA. Facility 104 1.5 Period of Performance (PoP) Total period of performance for all deliverables at all Project Locations shall not exceed 90 days from NTP. 1.6 Quality Control The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS and design and installation is free from deficiency. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.7 Quality Assurance The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.8 Recognized Holidays To minimize disruption of fuel supply and operations, the contractor shall anticipate performing services on weekends and federal holidays unless directed otherwise. Below is a list of recognized holidays. New Year's Day Birthday of Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 1.9 Hours of Operation The contractor is responsible for coordinating actual work hours with the designated COR and POC for each Project Location at least 48 hours prior to performing any activities. Coordination of work shall be done between the hours of 8:00 a.m. to 4:00 p.m EST Monday thru Friday except Federal holidays and weekends or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. 1.10 Maintain an Adequate Workforce The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.11 Type of Contract The government will award a Firm Fixed Price (FFP) contract. 1.12 Security Requirements A valid state issued driver's license is required for anyone driving a vehicle on to each Installation; a valid state ID will suffice for anyone not driving. Temporary passes may be provided to the Contractor for a limited period once the contract is awarded when the contractor presents the contract documents and letter from government representative authorizing each individual driver with a letter. Access to Fuel Facilities at each Installation shall be coordinated by the Contractor at least 7 (seven) days prior to arrival on site. Provide a Roster with names and vehicle information to each POC at each Project Site. 1.12.1 Access and General Protection/Security Policy and Procedures All Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 1.12.2 Escorted in Sensitive and/or Classified Areas All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or restricted areas. 1.12.3 Pre-Screen Candidates using E-Verify Program The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. 1.12.4 Physical Security The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.13 Post-Award Conference/Periodic Progress Meetings The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.14 Contracting Officer Representative (COR) The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.15 Personnel 1.15.1 Key Government Personnel USACE Project Manager (PM): Adam Ashton U.S. Army Corps of Engineers, Special Projects ATTN: CENWO-PM-S (A. Ashton) 1606 Capitol Ave Omaha, NE 68102 402-995-2514 Adam.J.Ashton@USACE.Army.mil Pittsburgh ARS, PA Base Civil Engineer: MATIS, JOSEPH B CIV USAF AFRC 911 CES/CEV joseph.matis.1@us.af.mil Pittsburgh ARS, PA POL POC: Mr. Ryan Scott, (412) 474-8226, ryan.scott.5@us.af.mil 1.15.2 Key Contractor Personnel/Qualifications Contractor personnel performing the work in this PWS shall have 3+ years experience in the installation of concrete joint sealant. The contractor shall provide resumes of the personnel performing the work in the proposal. The contractor shall ensure that the individuals identified by the resumes are the persons performing the work in this contract. 1.16 Contractor Travel Contractor will be required to travel CONUS to complete the requirements presented in this PWS during the performance of this contract to attend meetings, conferences, and training. The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. 1.17 Data Rights The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.18 Organizational Conflicts of Interest Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. Part 2 Definitions and Acronyms 2. Definitions 2.1 CONTRACTOR A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.2 CONTRACTING OFFICER A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.3 DEFECTIVE SERVICE A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.4 DELIVERABLE Anything that can be physically delivered, but may include non-manufactured item such as meeting minutes or reports. 2.5 KEY PERSONNEL Contractor personnel that are used in this PWS to install the jet fuel metering equipment. See paragraph 1.15.b Key Contractor Personnel for additional information. 2.6 PHYSICAL SECURITY Actions that prevent the loss or damage of Government property. 2.7 QUALITY ASSURANCE The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.8 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) N/A 2.9 QUALITY CONTROL PLAN N/A 2.10 SUBCONTRACTOR One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.11 WORK DAY The number of hours per day the Contractor provides services in accordance with the contract. 2.12 WORK WEEK Monday through Friday, unless specified otherwise. 2.13 ACRONYMS ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense DRMO Defense Reutilization and Marketing Office FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PA-DEP Pennsylvania Department of Environmental Protection PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TCM Temperature Compensated Meter TE Technical Exhibit Part 3 Government Furnished Property, Equipment, and Services 3. Government Furnished Items and Services 3.1 Services None. 3.2 Facilities None. 3.3 Utilities Coordinate with Key Government Personnel at the installations. Part 4 Contractor Furnished Items and Services 4. Contractor Furnished Items and Services 4.1 General The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance Not applicable. 4.3 Materials The Contractor shall furnish materials, supplies, and equipment necessary to meet the requirements under this PWS and its attachments. Only procure off-the-shelf industrial grade materials with proven performance and as mandated by the manufacturer, references, and specifications listed in this PWS. 4.4 Equipment The Contractor shall provide all equipment necessary to meet the requirements under this PWS. Part 5 Applicable Publications 5. Applicable Publications (Current Editions) 5.1 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures: AMERICAN CONCRETE INSTITUE (ACI) ACI 201.1R (2008) Guide for Conducting a Visual Inspection of Concrete in Service ACI 201.2R (2008) Guide to Durable Concrete ACI 211.1 (1991; R2009) Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACI 221.1R (1998; R2008) Report on Alkali-Aggregate Reactivity ACI 305R (2010) Guide to Hot Weather Concreting ACI 306R (2010) Guide to Cold Weather Concreting ACI 318 (2011) Building Code Requirements for Structural Concrete ASTM INTERNATIONAL (ASTM) ASTM D5893 (2010) Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements CODE OF FEDERAL REGULATIONS (CFR) 40 CFR 112 Oil Pollution Prevention INTERNATIONAL CODE COUNCIL (ICC) IBC (2012) International Building Code UNIFIED FACILITIES CRITERIA (UFC) SERIES 3-300 STRUCTURAL AND SEISMIC DESIGN UFC 3-301-01 (2013) Structural Engineering, with Change 3 SERIES 3-400 MECHANICAL UFC 3-460-01 (2010) Design: Petroleum Fuel Facilities, with Change 1, 1 Nov 2013 UNITED FACILITIES GUIDE SPECIFICATIONS (UFGS) 32 01 19 Field Molded Sealants for Sealing Joints in Rigid Pavements PENNSYLVANIA CODE Title 25 Chapter 245 Administration of the Storage Tank and Spill Prevention Program AMERICAN PETROLEUM INSTITUTE (API) Manual of Petroleum Measurement Standards NATIONAL FIRE PROTECTION ASSOCIATION NFPA 30 Flammable and Combustible Liquids Code (2015) NFPA 30A Code for Motor Fuel Dispensing Facilities and Repair Garages (2015) U.S. ARMY CORPS OF ENGINEERS (USACE) EM 385-1-1 (2014) Safety and Health Requirements Manual Part 7 Deliverable Schedule 1.) Photo documentation of completed repairs upon completion of project and submit to the installation POC and USACE POC identified in section 1.15.1 2.) A letter completed by the contractor stating the repairs referred to in the PWS have been repaired in accordance with the UFGS section 32 01 19 and all local, state, and federal regulations submitted to the installation POC and USACE POC identified in section 1.15.1 Contract Line Item Pricing Schedule Item No. Description of Item Estimated Quantity Unit Unit Price Amount 0001 Remove and replace [failed/failing portions] of joint seals IAW UFGS 32 01 19 and all local, state and federal regulations. Sealant shall be silicone meeting ASTM D5893 specifications. 140 Lf tiny_mce_marker___________ 0002 Should requirement exceed estimated footage, please provide a price/lf for any additional effort as an option 1 Lf tiny_mce_marker___________ Total Amount tiny_mce_marker___________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0071/listing.html)
- Place of Performance
- Address: Pittsburgh Air Reserve Station, Facility 104, Corapolis, Pennsylvania, United States
- Record
- SN04024457-W 20160220/160218235439-cfe675935fdb5020177ae3b07b8e9b31 (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 |