Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

38 -- Replace Electronic Monitoring System (3 Buildings) Adlephi MD

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Capital District Contracting Center, ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W905J082493004
 
Response Due
9/16/2008
 
Archive Date
11/15/2008
 
Point of Contact
Sharon Shelton, 703 806-4435<br />
 
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 of the FAR (Federal Acquisition Regulation) 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 Capital District Contracting Center, 9410 Jackson Loop, Fort Belvoir VA, is contemplating a procurement for Army Research Lab located in Adelphi, MD. Clin 0001: The Contractor shall provide all labor, materials, tools, equipment and supervision necessary to replace the electronic monitoring systems (and shielded wiring) on three (3) underground storage tank systems at the U.S. Army Adelphi Laboratory Center (Buildings 403, 404 and 406)in accordance with the following Statement of Work. Clin 0002: Contract Manpower Reporting Requirement. The NAICS code for this requirement is 238910, Size Standard 14.0M. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on 16 September 2008 at 10:00am. Eastern Time. Submit offers or any questions to the attention of Sharon Shelton, CDCC, sharon.shelton1@us.army.mil. Offers or questions received via any other means will not be accepted. SITE VISIT: Site visits, although not mandatory, will be available. Please contact Sharon Shelton via e-mail with the following information: Individuals Name, Firm Name. The last date to request a site visit is 10 September 2008, 10:00 am. The last date for the actual site visit is 12 September 2008. WAGE DETERMINATION: The applicable wage determination for this requirement is: General Decision Number: MD080046 08/15/2008 MD46. Please visit http://www.wdol.gov to view in its entirety. STATEMENT OF WORK C.1 General: The Contractor shall provide all labor, materials, tools, equipment and supervision necessary to replace the electronic monitoring systems (and shielded wiring) on three (3) underground storage tank systems at the U.S. Army Adelphi Laboratory Center. Veeder-Root 300-Series Electronic Monitoring Systems are the preferred controls. Existing Tuthill-EMCO electronic monitoring systems and components shall be completely removed and replaced with Veeder Root monitoring system to include complete turnkey installation and setups. C.2 OPTION. The Government shall have the option to include up to three (3) additional storage tank systems above and beyond the General Statement of Work, C.3, above. C.2 Applicable Publications: The Contractor shall adhere to the following applicable publications listed below: a) Code of Maryland Regulations 26.10, Maryland Department of the Environment, Oil Pollution and Tank Management. b) Army Research Laboratory Memorandum 385-14 ALC OCCUPATIONAL SAFETY AND HEALTH PROGRAM c) OSHA regulation entitled, The Control of Hazardous Energy (Lockout/Tagout) 29 CFR 1910.147. C.3 Permits and Responsibilities: The Contractor shall obtain (and provide the Government with a copy of at contract award) all necessary licenses and permits and comply with any applicable Federal, State, Local or Municipal laws, codes, or regulations during the performance of the work. All personnel must be U.S. citizens and must carry a valid drivers license or other valid photo identification for access to the facility. C.4 Vehicles/Equipment: The Contractor shall provide all vehicles/equipment identified with the Contractor's name required to fulfill the requirements of this contract. A valid vehicle registration is required for access onto the Installation. C.5 Underground Storage Tank Types, Locations, Sizes and Existing Equipment: C.5.1. Building 403 - 5,929-gallon Heating Oil/Emergency Generator UST - 8 diameter Owens-Corning DWT-2 - EMCO Wheaton Series 2000 Electronic Monitoring System with control panel located inside of Building 403 Mechanical Room, tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. C.5.2 Building 404 - 2,649-gallon Heating oil UST - 6 diameter Owens-Corning DWT-2 - EMCO Wheaton Series 2000 Electronic Monitoring System with control panel mounted inside of the Mechanical Room. Tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. C.5.3 Building 406 - 2,649-gallon Heating oil UST - 6 diameter Owens-Corning DWT-2 - EMCO Wheaton Series 2000 Electronic Monitoring System with control panel mounted inside of the Mechanical Room. Tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. C.6 The Contractor shall be responsible for the complete removal of existing EMCO Wheaton Series 2000 Electronic Monitoring System controls and wiring. C.6.1 All removed equipment and parts shall be returned to the U.S. Government (to be maintained for spare part for other onsite functional EMCO Wheaton systems). C.6.2 The Contractor shall be responsible for installation of new Belden shielded wiring, or equivalent, between each underground storage tank and the electronic monitoring controller, according to both electrical code and Veeder Root specifications. Contractor shall ensure and provide full warranty on these installations. C.6.3 At each location identified in Paragraph C.5, above the Contractor shall install new Veeder Root TLS-300C Configurable Console with Integral Printer (Part No. 848590-521). Static in-tank testing shall be included (Part No. 330161-001). Each new system installation shall also include the following accessories: C.6.3.1 Compatible Veeder Root Sump Sensor liquid float sump sensor (Part No. 794380-208) and Universal Mounting Bracket (Part No. 330020-012). C.6.3.2 Compatible Veeder Root Mag Plus Probe tank level monitor with diesel-water float kit, 4 inch, (Part No. 846390-XXX). Note: It is the Contractors responsibility to pre-measure and pre-determine the exact length of each probe prior to ordering. C.6.3.3 Compatible Veeder Root Dual-Point Hydrostatic Sensor, capable of detecting fluid level change in the reservoir and interstice of the double-walled fiberglass storage tank (Part No. 794380-303). Sensor differentiates between fuel and water. C.6.3.4 Compatible Veeder Root Ethernet TCP/IP Communications Card, Series 8485 (Part No. 330020-424). C.6.3.5 Integral Printer, IAW Para C.6.3, above. C.6.3.6 Onsite overfill alarm (Part No. 790090-001), and acknowledgement switch, (Part No. 790095-001), beside the tank fill or on outside of each building. Note: This feature does not presently exist, and it will be the Contractors responsibility to do a thru-the-wall install, to include conduit and Belden cable. C.7 Environmental Protection - The Contractor shall comply with all applicable Federal, State and Local laws and regulations concerning environmental pollution control and abatement in effect on the date of this solicitation, as well as any implemented during the contract performance period or those specific requirements stated elsewhere in the contract specifications. C.8 The Contractor shall safeguard and maintain all Government property as well as provide for the safety and well-being of personnel employed in the performance of this contract. The Contractor shall comply with Occupational Safety & Health Regulations codified in 29 CFR 1910.120. C.9 OPTION TANKS C.9.1 Building 500 - 9,728-gallon Heating Oil/Emergency Generator UST - 8 diameter Owens-Corning DWT-2 - EMCO Wheaton Series 2000 Electronic Monitoring System with control panel located inside of Building 500 Mechanical Room, tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. (New monitoring panel may need to be relocated.) C.9.2 Building 504 - 3,284-gallon Heating Oil UST - 6 diameter Owens-Corning DWT-2 - EMCO Wheaton Series 2000 Electronic Monitoring System with control panel located inside of Mechanical Room door, with control panel located inside of Building 504, tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. Existing tank probe is a Temposonics Model Int-M-2-225, Serial No. 24028-03-042, Date Code 1/90E (9.0074), Trans D Stroke 77, serial 3282. C.9.3 Building 203 - 610-gallon Diesel Emergency Generator UST - 4 diameter Owens-Corning DWT Type 2 - EMCO-Wheaton Series 2000 Electronic Monitoring System with control panel located inside of the mechanical room alongside of the emergency generator,, tank level monitor with diesel float kit, liquid float sump sensor, wet brine interstitial sensor, 4 inch probe cap. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far. 52.203-12 Limitation on Payment to Influence Centain Federal Transactions, 52.203-13 Contractor Code of Business Ethics and Conduct, 52.204-2 Security Requirements, 52.204-3 Taxpayer Identification, 52.204-4 Printed or Copuied Double-sided on Recycled Paper, 52.204-7 Central Contractor registration, 52.204-9 Personal Identuty Verification of Contractor Personnel, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-13 Time Extensions, 52.212-4 Contract Terms and Consitions Commercial Items, 52.222-1 Notice To The Government Of Labor Disputes, 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation, 52.222-6 Davis Bacon Act, 52.222-7 Withholding of Funds, 52.222-8 Payrolls and Basic Records, 52.222-9 Apprentices and Trainees, 52.222-10 Compliance with Copeland Act Requirement, 52.222-12 Contract Termination Debarment, 52-222-13 Compliance with Davis-Bacon and Related Act Regulations, 52.222-14 Disputes Concerning Labor Standards, 52.222-27 Affirmative Action Compliance Requirement for Construction, 52.222-38 Compliance With Veterans' Employment Reporting Requirements, 52.223-5 Hazardous Material Identification And Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug Free Workplace, 52.232-5 Payments under fixed-Price Construction Contracts, 52.232-27 Prompt Payment for Construction Contracts, 52.236-2 Differing Site Conditions, 52.236-3 Site Investigation and conditions Affecting the Work, 52.236-4 Physical Data, 52.236-5 Material and Workmanship, 52.236-6 Superintendence by the Contractor, 52.236-7 Permits and Responsibilities, 52.236-8 Other Contracts, 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements, 52.236-10 Operations and Storage Areas, 52.236-11 Use and Possession Prior to Completion, 52.236-12 Cleaning Up, 52.236-13 Accident Prevention, 52.236-14 Availability and Use of Utility Services, 52.236-15 Schedules for Construction Contracts, 52.249-10 Default (Fixed Price Construction) and 252-232-7003 Electronic Submission of Payment Request and Receiving Reports. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4978cfda36dbfabbb3d9e441102a023&tab=core&_cview=1)
 
Place of Performance
Address: Adelphi Research Laboratory Center 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01662779-W 20080910/080908220637-a4978cfda36dbfabbb3d9e441102a023 (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 |
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.