SOLICITATION NOTICE
J -- Maintenance of Water Treatment Facility
- Notice Date
- 1/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199
- ZIP Code
- 23704-2199
- Solicitation Number
- HSCG27-10-Q-5AFA71
- Archive Date
- 2/20/2010
- Point of Contact
- Dale Kendrick, Phone: 757-483-8541, John M Lukondi, Phone: 757-483-8555
- E-Mail Address
-
robert.d.kendrick@uscg.mil, john.m.lukondi@uscg.mil
(robert.d.kendrick@uscg.mil, john.m.lukondi@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. HSCG27-10-Q-5AFA71 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. This is a Total Small Business Set Aside, the applicable NAICS code is 221310 and the small business size standard is $6.5M. The FOB Destination delivery is to: Annapolis, MD, on or before 1MAR2010. Offers are due at: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199, by the noon on 5FEB2010. Questions may be directed to Dale Kendrick, 757-483-8541, robert.d.kendrick@uscg.mil, or John Lukondi, 757-483-8555, john.m.lukondi@uscg.mil. The USCG BSU Portsmouth has a requirement to purchase: WORK COVERED BY CONTRACT: The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable Federal, State, and local laws, regulations, codes and directives. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. UTILITIES: Electrical power, water, and sanitary facilities are available at the site. Use of electrical power is limited to tools that can operate on 120V AC/60Hertz, single phase. The Contractor is responsible for the cost of connection to all utilities and the cost to restore all utility connections to a condition equal or better than pre-construction conditions. SCOPE OF WORK: Contractor will conduct a thorough survey of the water treatment facility to include testing of the water to ensure system is functioning properly. 2.1 Contractor shall conduct weekly inspections of the water treatment facility. 2.1.a Weekly water tests will be conducted for the presence and levels of iron, chlorine, PH, and bacteria. The contractor shall test four separate locations, to include Qtrs A, Qtrs B, galley, and the fourth shall be random from the station. Acceptable levels for iron are <0.2ppm, chlorine 0.1ppm-0.4ppm, pH 5.0-9.0, and bacteria negative result. If a sample for bacteria comes back positive, the contractor is to conduct a second test to confirm the positive result. If the second test confirms a positive result for bacteria, the contractor will then contact a state certified laboratory to perform a thorough test for bacteria. Written copies of the test results shall be provided to the Coast Guard. All items needed to conduct the weekly water tests will be supplied by the contractor. 2.1.b Weekly the contractor will inspect and fill the holding tanks for salt, chlorine, and caustic. The contractor shall provide all chemicals. 2.2 The contractor shall conduct monthly inspections of the water treatment facility to include: Proper operation of facility; Inspecting for leaks; Inspecting pumps, valves, motors, gauges, and tank level indicators for proper operation; Inspecting the injection pumps, including tubes, to ensure proper operation; Inspect and clean flow meters; Inspect and/or replace filters in water treatment facility and station. The contractor will provide all parts, labor, and materials to conduct all repairs necessary to maintain proper operation of the facility. The contractor will provide a written report to the Coast Guard of the monthly inspection. 2.3 Each May, the contractor shall check the filtration tank. 2.4 Every five years the main storage tank shall be opened and inspected. Every fifth year is counting from 2007, e.g. 2007, 2012, 2017, etc. Upon inspection the contractor shall make the recommendation to the Coast Guard if the tank needs to be cleaned. If it is found that the tank requires cleaning the contractor will provide a written estimate to the Coast Guard. 2.4.a The estimate will include labor, material and equipment to remove the metal and insulation covering from the discharge line running from the water storage tank to the treatment building. The contractor will connect a temporary 3” or 4” line from a water tanker that will be provided by the contractor, which will be delivered next to the building. The contractor should connect to the supply line in the pump house and utilize the station and housing pumps to provide water to the facility and two government houses on the system. The contractor will provide a gas free engineer/marine chemist. The tank will be drained and the tank will be accessed via the side hatch. The tank will be cleaned and disinfected. Once the tank has been cleaned and the access cover reinstalled, the temporary system will be taken offline and the contractor will reconnect the discharge piping to the tank. Prior to departure, the contractor will fill the tank and ensure the system is fully operational. 2.5 The operations/service under this agreement will be covered on a 24-hour basis, Monday thru Sunday regardless of time. Should the water treatment facility experience a malfunction, the contractor shall do everything needed to bring the facility back up to working condition, e.g. flushing tanks, conducting water test, etc., prior to departing. Additional contract requirements: Submittals (quote, broken down by year, certification of FAR 52.212-3, copy of business license, copy of auto, liability and workman’s comp insurance cert, and list of references for similar work. Company’s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be: price and performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.217-7 Evaluation of Options (July 1990); 52.217-8 Option to Extend Services (Nov 1999); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts)(Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-10-Q-5AFA71/listing.html)
- Place of Performance
- Address: USCG Station Annapolis, 3425 Thomas Point Rd, Annapolis, Maryland, 21403, United States
- Zip Code: 21403
- Zip Code: 21403
- Record
- SN02040749-W 20100114/100112235224-1f9bd3e1745609c265b0e4c4c8813d3a (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 |