Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2024 SAM #8360
SOLICITATION NOTICE

F -- Inspection, Testing, and Repairs of Aboveground and Underground Storage Tanks, NSA, Crane, Indiana

Notice Date
10/15/2024 11:34:24 AM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2501
 
Response Due
10/30/2024 11:00:00 AM
 
Archive Date
11/14/2024
 
Point of Contact
Cynthia VanBibber, Phone: 8123815561, Carrie Grimard, Phone: 8128546641
 
E-Mail Address
cynthia.m.vanbibber.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil
(cynthia.m.vanbibber.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil)
 
Description
THIS IS A SYNOPSIS FOR A REQUEST FOR PROPOSAL, (RFP), FOR ABOVEGROUND AND BELOWGROUND TANK INSPECTION, TESTING, AND REPAIR SERVICES AT NAVAL SUPPORT ACTIVITY, CRANE, INDIANA AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA. The Solicitation number for this announcement is N4008525R2501. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON THE CONTRACT OPPORTUNITES PAGE at https://www.sam.gov. In accordance with FAR 5.102(a)(7), availability of this solicitation is limited to the electronic medium and the Government will NOT provide copies. The official plan holders list will be maintained and can be printed on the website only. Any subsequent amendments will be posted to the website for viewing and downloading.� It is the offeror�s responsibility to periodically check the website for amendments.� All prospective offerors are strongly encouraged to register on SAM.gov and https://piee.eb.mil as soon as possible.� The posting on sam.gov is only for the notification of Contract Opportunities. All contractual and technical questions shall be submitted to Cynthia VanBibber via e-mail at cynthia.m.vanbibber.civ@us.navy.mil.� Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana will issue a request for proposals for an Indefinite Quantity/Indefinite Delivery (IDIQ) type contract for recurring and non-recurring services for the inspection, testing, and repairs of aboveground and underground storage tanks.� The contractor shall provide all labor, supplies, materials, equipment, transportation, facilities, utilities, supervision and management (unless otherwise specified) required for Aboveground and Underground Storage Tank Inspection, Testing, and Repair Services.� These tanks primarily contain petroleum and oil-based products (i.e. diesel fuel, fuel oil, gasoline, used oil, etc.). Recurring services will include approximately: Five (5) annual Tank Leak Tightness Tests (40 CFR 280 Tanks) Three (3) annual Tank Leak Tightness Tests (40 CFR 264 Tanks) Four (4) annual Cathodic Protection Tests Three (3) annual Veeder Root Tests One (1) annual Pollulert Test 38 annual STI-SP001 Inspections (55 gal � 9,999 gal ASTs) Eight (8) annual STI-SP001 Inspections (10,000 gal � 25,000 gal ASTs) One (1) annual STI-SP001 Fueling Station Inspection (six [6] total tanks) Five (5) annual Operation & Maintenance Walkthrough Inspections Five (5) annual Spill Prevention & Overfill Prevention Equipment tests Five (5) annual Spill Prevention (containment sump for tank pump) tests Five (5) annual Spill Prevention (dispenser containment sump) tests Recurring services will also include monthly inspection of five (5) regulated USTs, three (3) explosive contaminated USTs, 51 40 CFR 112 ASTs, one (1) 40 CFR 112 AST at Glendora Test Facility, 21 portable container locations, five (5) mobile refuel/pump trucks, and Storage Tank Program Meetings and Assist Visits (meetings will be monthly). Non-recurring services will include tank leak tightness testing of 40 CFR 112 USTs (6,000 gal � 30,000 gal), generator base tank pressure testing, AST pressure testing (55 gal � 9,999 gal), AST pressure testing (10,000 gal � 25,000 gal), STI-SP001 formal external inspections, and additional labor, materials, and equipment for repairs not covered within other ELINs. All AST tank inspections, testing, and repair services must be completed by a Steel Tank Institute (STI) Certified (STI SP001) AST Inspector.� Veeder Root inspection, testing, and repair must be completed by Veeder Root Level 2 or Level 3 certified personnel or the most current applicable certification. UST inspections, testing and repairs must be completed by personnel with applicable Indiana Department of Environmental Management (IDEM) (or State of Indiana authoritative department) licenses.� Services shall also be performed in accordance with applicable STI, American Petroleum Institute (API), Petroleum Equipment Institute (PEI), NFPA 30/30A practices, standards and codes. The NAICS code is 541380 Testing Laboratories.� The Small Business Standard Size is $19,000,000.00. The Product Service Code is H999 � Other Quality Control, Testing, and Inspection - Miscellaneous. Low price technically acceptable selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government will be used. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation.� The term of the contract is for a base period of twelve (12) months and four (4), twelve (12) month option periods at Naval Support Activity Crane, Indiana and Glendora Testing Facility, Sullivan, Indiana to be exercised at the Government�s discretion. Performance period will begin on approximately 01 January 2025. �Task orders will be negotiated and issued after award for specific tank inspection, testing, and repairs as applicable.� The minimum guarantee is the amount of the recurring services for the base period. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. � This contract will replace a contract for similar services awarded in 2022.� Orders totaling $413,644.97 were placed during the contract term.� Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. This solicitation is unrestricted.� The Government will accept offers from any vendor. A sources sought notice under solicitation N4008525R2501 for this procurement was posted on 03 October 2024 on the Contract Opportunities page on the SAM.gov website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation on an unrestricted basis inviting full and open competition. The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 52.204-7(b) (1). Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award.� Offerors not already registered in the SAM database are highly encouraged to do so via https://sam.gov.� Registration in SAM is free.� Processing time shall be taken into consideration when registering. Per the SAM website, processing time is 12-15 business days. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The solicitation once issued will be available for free download via: https://piee.eb.mil. The posting on sam.gov is only for the notification of Contract Opportunities. ALL PROPOSALS SHALL BE SUBMITTED VIA THE INTERNET AT: https://piee.eb.mil. ALL APPLICANTS ARE REQUIRED TO REGISTER PRIOR TO PROPOSAL SUBMISSION. Solicitation release date is approximately 30 October 2024 with proposals due a minimum of 30 calendar days after solicitation issuance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb10ed17cba04be7b82772df6a124d3a/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07240152-F 20241017/241015230105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.