SOURCES SOUGHT
99 -- Malmstrom AFB Sewer Main Inspection
- Notice Date
- 3/11/2022 8:50:47 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA4626 341 CONS LGC MALMSTROM AFB MT 59402-6863 USA
- ZIP Code
- 59402-6863
- Solicitation Number
- FA462622QSEWR
- Response Due
- 3/25/2022 1:00:00 PM
- Point of Contact
- Brenda K. Slater, Phone: 4067313462
- E-Mail Address
-
brenda.slater@us.af.mil
(brenda.slater@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- STATEMENT OF WORK Malmstrom AFB Sewer Main Inspection MALMSTROM AIR FORCE BASE, MT Revision 1, dated 08 March 2022 SECTION 1 DESCRIPTION OF SERVICE 1.1������ GENERAL REQUIREMENTS ����������� Provide all inspection reports, DVDs of closed Circuit Television (CCTV) recordings, labor, materials, equipment, and incidentals necessary and required for the Minuteman Village Sanitary Sewer Inspection project. 1.2������ SUMMARY OF WORK 1.2.1��� The Contractor shall provide all labor, equipment, and materials to conduct a CCTV inspection of the sanitary sewer mains serving Minuteman Village to Malmstrom�s Sanitary Sewer Lift Station in the northeastern end of the Project Area (See Attachment 1 -Site Plan). All sewer mains are 8� diameter. Contractor shall coordinate work with Malmstrom�s Water and Fuel Systems Maintenance (WFSM) Shop, who will provide high-pressure water jetting of the sanitary sewer mains before the inspection. Minimum lead time for notifying the WFSM Shop for jetting service shall be three (3) working days. The outside air temperature shall be a minimum of 35 degrees Fahrenheit and rising before work can commence. During the inspection if the air temperature starts falling, work will end at an air temperature of 40 degrees Fahrenheit.� 1.2.2��� The Contractor shall provide three (3) hard copies, one (1) electronic copy of the inspection report and one (1) copy on a DVD of the CCTV video of the inspection, to the Government.� The inspection report shall include date of inspection, location of site, CCTV technician, direction of CCTV inspection with manhole or structure identifiers, weather conditions, pipe size(s), pipe materials and the location of service connections. All locations of defects in the pipe, manholes, structures, and services including cracks, separation of joints, collapsed pipe, grade irregularities, leaks, roots, grease buildup, offset joints, reverse grades, obstructions, delamination, missing pipe, restrictions, fractures and similar structural irregularities shall be included in the inspection report. 1.2.3��� Estimated length of the sanitary sewer main to be inspected is 10,100 linear feet. 1.3������ EQUIPMENT 1.3.1��� CCTV Equipment: ����������� Provide a video system capable of producing a sharply focused, well-lit and color balanced picture in accordance with the following requirements: 1.3.2 �� Pipe Inspection Camera and Associated Equipment: ����������� 1.3.2.1 Provide a pipe inspection camera system that produces a video using a pan and tilt, radial viewing that pans a minimum of 275 degrees and rotates 360 degrees. Illumination sensitivity of 3 Lux or less and a minimum of 460 lines of resolution is required. 1.3.2.2 Utilize video cameras specifically designed and constructed for CCTV inspection. 1.3.2.3 Provide a camera that is operative in 100 percent humidity conditions. 1.3.2.4 Provide a camera with an accurate footage counter that displays on the monitor the exact distance of the camera. 1.3.2.5 Provide a camera with a height adjustment so that the camera lens is typically centered in the pipe, or higher depending on water levels in the pipe. 1.3.2.6 Provide equipment that will produce digital color images and allows the CCTV technician to remotely balance the iris and color to produce a clear and true video of the pipeline. 1.3.2.7 Provide lighting for the camera that is suitable to provide a clear color picture of the entire periphery of the pipe. 1.3.2.8 Provide a reflector in front of the camera as necessary to enhance the lighting on dark or large diameter pipes. 1.3.2.9 Provide an accompanying computer and recording device capable of projecting and recording the facility location, project name, Contractor's name, date, line size, material type, line identification, manhole or structure ID numbers and ongoing footage counter onto the video screen. 1.4������ GOVERNMENT SUPPORT ����������� The Government will be responsible for removal of all auxiliary equipment that would impede project execution by the Contractor. 1.5������ UTILITIES 1.5.1��� All reasonable quantities of utilities will be made available from existing utilities to the Contractor without charge. Any temporary connection or lines that may be required will be installed, maintained, and removed by the Contractor at his own expense and in such a manner satisfactory to the CES Project Manager. Removal of such connections or lines will be accomplished prior to final acceptance of the project. 1.5.2��� The Contractor shall provide any necessary portable power. 1.6������ CONTINUED USE OF FACILITIES 1.6.1��� Buildings, structures, facilities, and utilities will continue to be in use by the Government during this contract. Contractor must ensure emergency egress is accessible at all times. 1.6.2��� The Contractor shall notify the Project Manager and Contracting Officer at least three (3) days prior to a no-work condition for more than one day by the Contractor or subcontractors. 1.7������ WORK SCHEDULE 1.7.1��� Working hours for the Contractor shall be between the hours of 7:30 A.M. and 4:30 P.M.., excluding Saturdays, Sundays, Federal Holidays, and official base closures ordered by the base commander. 1.7.2��� The Contractor is not required to work on the following recognized holidays: New Year�s Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran�s Day, Thanksgiving Day, and Christmas Day. �NOTE: If the holiday falls on Saturday, it is observed on the Friday prior.� If the holiday falls on Sunday, it is observed on the Monday after. 1.8������ PERIOD OF PERFORMANCE ����������� The Contractor shall have all required work completed no later than 30 calendar days from the award of the contract. SECTION 2 CONTRACTOR REQUIREMENTS 2.1������ CONTRACTOR CERTIFICATIONS The Contractor shall have a valid Contractor�s License and hire sub-contractors with valid Contractor�s Licenses from the State of Montana Contractors Licensing Board.� 2.2������ CONTRACTOR VEHICLES AND EQUIPMENT 2.2.1��� The Contractor shall provide all vehicles and equipment necessary to accomplish the contract work.� Power equipment shall be equipped with safety and noise limiting devices. The equipment shall be in a safe and efficient operating condition. 2.2.2��� The Contractor shall not park vehicles in the project area during non-working hours. A designated parking area for vehicles and equipment will be provided. Vehicles will not be allowed on lawns or sidewalks without prior written approval. 2.2.3��� All Contractor vehicles and equipment will be clearly marked with the company name. 2.2.4��� Truckload Limits:� The following load limits shall apply to all Contractor-operated equipment on this project: April 1 to June 1�������� 350 #/inch width of tire All Other Times��������� 400 #/inch width of tire 2.3������ HOUSEKEEPING AND CUSTODIAL SERVICES 2.3.1��� The Contractor must maintain the Project Area in a clean, safe, and sanitary condition. The Contractor shall remove trash from all the work areas, store all flammables in an approved flammable storage container, and ensure the area is left in an orderly manner at the end of the workday. 2.3.2��� The Contractor�s employees may use the nearest public sanitary facilities near the project site. The Contractor shall not use facilities in controlled or restricted areas, in accordance with security requirements. 2.3.3��� All trash, debris, and refuse caused by the project shall be shall be deposited in an approved receptacle or container furnished by the Contractor and be disposed of by the Contractor off base in compliance with State and Local ordinances, including hazardous materials compliance with proper disposal instructions.�� The project site shall be cleaned at the end of each workday. 2.4������ ENVIRONMENTAL, SAFETY, AND HEALTH 2.4.1��� The Contractor shall comply with all existing Occupational Safety and Health Act (OSHA) standards of safety at all times in the performance of this contract. Hazards to the safe use of the premises during the Contractor's work and/or equipment shall be suitably marked at all times. Pedestrian and vehicle traffic ways shall be kept clear and unobstructed. 2.4.2��� The Contractor shall immediately report any and all injuries and damage involving Contractor, his employees, Air Force civilians, military personnel or equipment to the Project Manager. 2.4.3��� The Contractor shall cooperate fully and assist Government personnel in any Government investigation of the mishap, until released by the mishap investigative official and Project Manager.� Safety personnel shall have the right, at any time, to investigate and report all mishaps involving Air Force personnel and property.� The Contracting Officer and Contractor Safety Representative may accompany Air Force mishap investigation personnel, but may not release information regarding the mishap without written approval from the Air Force Safety Investigation Official. 2.4.4��� The Contractor shall maintain records of Contractor�s employee�s occupational injuries, illnesses, and other related activities as required. 2.4.5��� The Contractor shall comply with the highest degree of environmental protection or safety practices where any disagreements between requirements may exist. 2.4.6��� The Contractor shall be liable and responsible for determining and maintaining compliance with all applicable Federal, State, and local environmental laws or regulations. 2.4.7��� The Contractor shall be liable and responsible for the reporting and clean-up of any hazardous chemical discharge or spills resulting from Contractor negligence. 2.4.8��� The Contractor shall be liable and responsible for all costs resulting from non-compliance, whether accidental or intended.� This includes any fines or corrective actions assessed by any regulatory or governing agency due to the actions or omissions of the Contractor in carrying out his duties. 2.5������ FIRE PREVENTION ����������� The Contractor shall establish and implement procedures to ensure careful handling and storage of flammable and combustible products in accordance with the National Fire Protection Association (NFPA) Standard 30 and National Fire Codes. 2.6������ ANTI-TERRORISM (AT) AWARENESS TRAINING In accordance with DoDI O-2000.16v1_AFI 10-245-O, Antiterrorism (AT) Program Implementation, �ensure Level I - AT Awareness Training is completed by all contractors within 30 days of requiring access."".� The training pamphlet will be provided by the government to the Contractor for signature. The objective of the training is to provide personnel with requisite knowledge necessary to remain vigilant and enable employment of AT tactics, techniques, and procedures. 2.7������ FORCE PROTECTION Contractor personnel are required to abide by all real world Force Protection Condition (FPCON) measures, random anti-terrorism measures (RAMs), shelter-in-place orders, evacuations and lock-down notices as directed. Examples include: �mandatory badge or ID checks, facility single points-of-entry and searches of hand carried items. SECTION 3 ADMINSTRATION AND INSPECTION 3.1������ ADMINISTRATIVE RECORDS All records, documents, and associated papers provided by the Government and generated during the period of this contract shall become Government property and will remain in place upon contract termination or completion.� During the period of the contract, records, documents, and associated papers shall be available for review. 3.2������ INSPECTION 3.2.1��� The 341st Civil Engineer Squadron will provide a Project Manager to verify accomplishment of work.� The Project Manager will be the spokesman for compliance with base standards.� Controversies between the Project Manager and the Contractor will be resolved by the Contracting Officer. If a change in the Project Manager is required, the Contractor will be notified in writing by the Contracting Officer.� The Contractor shall coordinate Contractor activities with the Project Manager. 3.2.2��� The Contractor shall notify the Project Manager of their estimated work completion date at least one (1) day in advance, for the Project Manger to verify accomplishment of work and to receive the DVD of sewer inspection and the Sewer Inspection Report. See 1.2.2. for number of copies of report required.� Any deficiencies found shall be rectified by the Contractor and the Contractor shall inform the Project Manager upon completion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb161f80315049e1a5d726d2b01adf3d/view)
- Place of Performance
- Address: Malmstrom AFB, MT 59402, USA
- Zip Code: 59402
- Country: USA
- Zip Code: 59402
- Record
- SN06265251-F 20220313/220311230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |