SOLICITATION NOTICE
36 -- AMFO WELD REPAIRS ON COMPRESSOR
- Notice Date
- 3/5/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- BLM OC NOC INFASTRUCTURE SEC(OC662)<br />DENVER FEDERAL CENTER<br />BUILDING 50<br />PO BOX 25047<br />DENVER<br />CO<br />80225<br />US<br />
- ZIP Code
- 80225
- Solicitation Number
- 140L0619Q0008
- Response Due
- 3/13/2019
- Archive Date
- 3/28/2019
- Point of Contact
- Moore, Heath
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION This requirement is for the repair and replacement of up to 110 welds and associated piping and fittings at the Cliffside Helium Plant in Amarillo Texas. (I) This is a combined synopsis/solicitation for commercial services 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) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 140L0619Q0008. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. (IV) This solicitation is a small business set-aside. The associated NAICS code is 213112 Support Activities for Oil and Gas Operations. The small business size standard is $38.5 Million. (V) This combined solicitation/synopsis is to repair welds on the Central Compressor pipe at the Cliffside Helium Plant. See incorporated performance work statement for detailed requirements. (VI) STATEMENT OF WORK: 1. Weld Repairs 1.1. Contractor shall provide all labor, materials, and equipment to complete repair and replacement for up to 110 welds and associated piping and fittings at the Cliffside Gas Field. 1.2. The attached radiography report (Attachment C) indicates welds that failed NDT. 1.2.1. Defective welds are also marked on the piping at the site. 1.2.2. Welds on branch connections indicated on Attachment B were not tested, are assumed to be defective, and shall be replaced. 1.3. Piping shall be repaired and replaced like-for-like, with the new installation matching the design for piping and fittings. 1.4. Valves shall be saved and reinstalled. 1.5. Any combination of the following methods to achieve the quickest turnaround is acceptable: 1.5.1. Cut out and replace welds in place, and add new pipe where needed to make up length where pipe has been cut out. 1.5.2. Replace whole pipe runs where doing so saves time on project completion. 1.5.3. Contractor may use existing pipe from the site, purchase new pipe, or use a combination of both. 2. Repair Leaking Valve 3. While the piping is open for repairs, check the leaking valve indicated on Attachment A and resolve issues causing leakage. 4. Testing 4.1. Welding Procedure: Submit all welding procedures specifications that will be used. Socket welds and weld-o-lets shall be used where applicable. Threaded nipples must be schedule 80. Couplings shall not be used for pipe penetrations. A hole saw shall be used for weld-o-lets openings. Flame cuts shall not be used. 4.2. Welder Certification: Before welding, all welders working on piping in the field or shop shall be certified with a qualification test to the welding procedure specification, and documentation of the certification shall be submitted. 4.3. Non-destructive Testing (NDT): 4.3.1. Employ a third party to perform 100% NDT on the welds, using radiography in a digital format wherever possible. Defective welds shall be corrected and retested. 4.3.2. All welders working on the project shall complete 5 welds on the piping, after which initial NDT shall be performed to verify quality. NDT shall be performed at the end of each week, and the results provided to the BLM. 4.4. Pipe Stress: Before final reassembly, debris shall be cleaned out of the piping, and all piping shall be relaxed. Flanges shall be unbolted, and hold-down clamps shall be unbolted. Flange faces shall be perpendicular with no more than 1/8 inch of deflection offset and no more than 1/4 inch of gap to the opposing flange face. Notify the COR of the completion date at least a week in advance of scheduled bolt-up date so that the inspection of pipe stress can be performed during bolt-up. 4.5. Pressure Test: Perform a pressure test and leak check at 300 psig with nitrogen, witnessed by BLM. 5. Schedule 5.1. Before beginning work on site, contractors shall obtain a hazardous work permit from the operator on duty in control room and coordinate lock out tag out with the COR. 5.2. Repairs will be completed in two phases: 5.2.1. Repairs where double isolation can be achieved during plant operation shall completed within 28 days of contract award. 5.2.2. Repairs requiring a plant outage shall be coordinated with COR. These repairs will be performed immediately before the compressor is ready for startup, so that the plant can be started up with the compressor. These repairs shall be completed within 3 days from the start of the plant outage or sooner. 5.3. Work for this project may be performed 24/7 including federal holidays. Contractor shall maintain an updated schedule so that BLM personnel at the site can be notified, and work can be coordinated with other contractors. 6. Submittals 6.1. Weld procedure 6.2. Welder certification record 6.3. NDT reports (radiography and LPT) 6.4. Original radiographic films (if used) 6.5. Digitalized radiographic files 6.6. Weld maps 6.7. Pressure test record 6.8. Torque specs for each flange disassembled and retightened 7. Site Conditions 7.1. The Government is not responsible for availability of utilities or secure storage for the Contractor's equipment and materials. 7.2. An overhead crane is available for the contractor to use in the compressor building. Contractor is responsible for equipment for moving materials outside of the building. 7.3. Paint all exposed piping, fitting, flanges, and bolts once work and testing on the piping is complete. Paint shall be a silver color matching the color of the existing paint. Paint material shall be appropriate for the material and environmental exposure where applied. 7.4. Pipe coating tape shall be applied to all underground piping before backfill. Tape shall be applied with 50% overlap and cover the piping to at least 1 foot above grade. Use Polyken 930-35 Black Tape and Polyken No 1027 Pipe Liquid Adhesive or approved equal. 7.5. The site shall be left clean of trash and debris and restored to the condition it was found. This includes backfill of any holes related to the repairs. (VII) Performance is located at the Cliffside Helium Plant on Brickplant Rd, Amarillo, TX 79108 upon award of contract. (VIII) FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Potential offerors shall read and comply with all of the requirements. (IX) Basis for Award: The Government intends to award to the offeror(s) whose proposal conforms to the requirements in the statement of work, is technically acceptable and represents a fair and reasonable price to the Government. Offeror shall submit a detailed pricing proposal and breakdown. To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the instruction section of this solicitation, meet all requirements of the solicitation and conform to all required terms and conditions; unless a proposed exception is accepted by the Government. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identifying any exception to the solicitation terms and conditions and must provide complete supporting rationale. (X) Offerors shall include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to this acquisition. (XII) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. See Attachment D - 52.212-5. 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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/these address(s): http://www.acquisition.gov/far/ http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15 STOP-WORK ORDER AUG 1989 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (May 2011) (a) Definitions. As used in this clause ¿ Postconsumer fiber means ¿ (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or (2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not (3) Fiber derived from printers ¿ over-runs, converters ¿ scrap, and over-issue publications. (b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of Clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract the following documents are required to be submitted as an attachment to the IPP invoice: - Copy of vendor's electronic invoice must be attached. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 to 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation (only if allowable exception applies). 1452.201-70 Authorities and Delegations (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. NOTICE TO CONTRACTORS Contractor Performance Assessment Reporting System (December 2015) 1. FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. 2. The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. 3. We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. 4. When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. 5. Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. a. Contractor Representatives may then provide comments in response to the 6.evaluation, or return the evaluation without comment. b. Your comments should focus on objective facts in the AO's narrative and should a)provide your views on the causes and ramifications of the assessed performance. c. All information provided should be reviewed for accuracy prior to submission. d. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in the space provided, and then selecting "Accept the Ratings and Close the Evaluation". e. Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as "Pending" with or without comments and whether or not it has been closed. f. If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." 6. The following guidelines apply concerning your use of the past performance evaluation: - Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions. - Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. - Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. 7. If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. 8. A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of Local Clause) (VIII) 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://www.acquisition.gov/far/ http://www.doi.gov/pam/aindex.html 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ¿Representation JAN 2017 52.204-7 System for Award Management OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ¿Representation NOV 2015 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN ¿REPRESENTATION AND CERTIFICATION OCT 2015 (End of Provision) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2017), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide existing product literature, or other documents as stated in paragraph (4) of the referenced clause. FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Price, This factor evaluates the lowest price received based on specifications provided in the statement of work. The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (IX) Basis of Award Award will be made to the responsive offeror with the lowest price 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.225-18 - Place of Manufacture. (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 P.M. MST/MDT on March 13, 2019. The preferred (not required) method of quotation submission is through FedConnect. Quotes may be emailed to hmoore@blm.gov. Quotes must be submitted electronically; no mailed or faxed quotes will be considered. (XVI) The following individual is the point of contact for this combined synopsis/solicitation. All questions shall be submitted in writing to Heath Moore no later than March 11 2019 Heath Moore Contracting Officer Bureau of Land Management National Operations Center Email: hmoore@blm.gov The following attachments are hereby incorporated into this combined synopsis/solicitation: Attachment A - Weld Locations Attachment B - Branch Connections Attachment C - Radiography Results Attachment D - FAR Clause 52.212-5 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/BLM/NCR/140L0619Q0008/listing.html)
- Record
- SN05239999-F 20190307/190305230031 (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 |