Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOURCES SOUGHT

Z -- Sources Sought for Petroleum Maintenance, Inspection, Repair, Environmental Compliance, and Minor Construction for Piping, Tanks, Separators, Support Facilities and Dispensing Units

Notice Date
11/19/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0019
 
Response Due
12/8/2010
 
Archive Date
2/6/2011
 
Point of Contact
Pamela Richmond, 49 061197442833
 
E-Mail Address
USACE District, Europe
(pamela.r.richmond@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S.Army Corps of Engineers, Europe District is seeking expressions of interest from firms who are interested in proposing for a Petroleum Maintenance, Inspection, Repair, Environmental Compliance, and Minor Construction for Piping, Tanks, Separators, Support Facilities and Dispensing Units for support to the EUCOM/AFRICOM area of responsibility Garrisons, primarily in Germany and Belgium. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified herein. The Contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidentals necessary to perform petroleum maintenance, inspection, repair, rapid response, and minor construction for piping, tanks, separators, support facilities, and dispensing units. For the purposes of this requirement facility is defined as a real property asset which may include but not limited to individual piping, tanks (above/below ground), separators, support facilities, and dispensing units. The work consists primarily of: 1)Minor Construction For the purposes of this contract, minor construction is defined as new work or extensive repair. A Minor Construction project is a single undertaking at a military installation that includes all construction necessary to produce a complete and usable facility or a complete and usable improvement to an existing facility, with a total cost less than the specified Military Construction (MILCON) threshold authorized by law. Minor Construction will be executed under separate task orders, including, but not limited to, erection, installation or assembly of a new facility; the addition, expansion or extension of an existing facility; the conversion or replacement of an existing facility; the relocation of a facility from one site to another, or the alteration of a facility associated with an increase in mission. 2) Maintenance Maintenance tasks are primarily funded by Defense Logistics Agency (DLA) - Energy in accordance with the Department of Defense (DOD) regulation 4140.25-M chapter 8. Maintenance tasks will be defined as recurrent, periodic or scheduled work to preserve a facility by preventing its deterioration. For the purposes of this contract, periodic facility inspections will provide routine maintenance and identify any deficiencies, which shall be addressed separately as Repairs. Facility inspections may include the entire facility or individual facility assets included in the Real Property inventory. Required inspections include, but are not limited to, fuel storage tanks, pipelines, filter separators, oil water separators, routine maintenance inspections, safety inspections, and certifications provided by the Technischer berwachungs-Verein (TV). 3) Repair Repair will be defined as the restoration of a real property to such a condition that it may effectively be utilized for its designated purpose by overhaul, reprocessing or replacement of constituent parts or materials that have deteriorated by action or elements or usage and that have not been corrected through maintenance. Facility upgrades to comply with environmental, safety, fire protection and electrical codes may be classified as repair. Repair projects may replace constituent parts of a facility, i.e., piping, electrical wiring, etc., in order to comply with current standards or modern accepted engineering practice. a. Emergency Repair Call Out: The Contractor shall provide all personnel, equipment, tools, materials, supervision and all other services necessary to perform emergency services on the petroleum system. The Contractor shall provide emergency service twenty-four (24) hours per day, seven days per week. The Contractor shall respond to an emergency service call within twenty-four (24) hours of notification by the Corps of Engineers Europe District (NAU) Contracting Officer Representative (COR). Upon arriving at the site the Contractor shall take immediate action to assess the emergency situation and advise the NAU COR of its intended actions. The Contractor shall complete such emergency services within seventy-two (72) hours after notification unless an extension is authorized. When an emergency service is identified, it will retain highest priority over any concurrent regular scheduled maintenance and repair work. The Contractor shall submit its proposed hourly labor rate for emergency service in the contract schedule, together with a proposed fee for each emergency service call. Emergency Call Out shall not exceed 5,000.00 per repair without written approval from Contracting Officer (KO). b. Minor Repair Call Out: The Contractor shall provide all personnel, equipment, tools, materials, supervision and all other services necessary to perform unforeseen minor repair services on the petroleum system. The Contractor shall provide minor service twenty-four (24) hours per day, seven days per week. The Contractor shall respond to minor service call by scheduling repairs with Responsible Officer within seventy-two (72) hours of notification by the NAU COR. Upon arriving at the site the Contractor shall take immediate action to assess the minor repair situation and advise the NAU COR of its intended actions. The Contractor shall submit its proposed hourly labor rate for minor service in the contract schedule, together with a proposed fee for each minor service call. Minor Call Out shall not exceed 5,000.00 per repair without written approval from Contracting Officer. 4) Environmental Compliance a. Recurring environmental compliance 1. Operating permits. 2. Operational documents to include, but not limited to, Operation and Maintenance Manuals, Spill Prevention and Response Plan, Explosion Protection Documents. 3. Sampling and testing of emissions and discharges. 4. Removal and disposal of hazardous and other POL wastes. b. POL waste site assessment and cleanup. Provide services relating to identification, assessment and remediation of petroleum, oils, and lubricants (POLs) and/or other hazardous materials such as antifreeze and solvents. Provide services related to cleanup of Defense Working Capital Fund fuel and/or related hazardous waste. i. Spill Response. The Contractor shall provide services related to initial response, containment, assessment and abatement of contamination at fuel facilities. Specific tasks would include notification to USACE, reassessment of contamination (report format), sampling of various media (air, soil, groundwater, concrete, etc.), and proper disposal of all investigative derived waste and containment materials. ii. Remediation. Additional environmental services may include, but are not limited to, additional sampling; excavation, removal, and disposal of contaminated media; topographic surveys; final comprehensive report; air sparging; air vapor extraction systems; and groundwater pump and treatment systems. For purposes of this contract Remediation shall include small scale clean-up of POL related material. Long term or extensive remediation is not the primarily intent for this requirement. iii. Pollution Abatement. Design and construct pollution abatement upgrades to POL facilities to control emissions and discharges to meet environmental regulatory standards. In response to this sources sought, interested vendors are requested to provide answers to the following questions. The answers should be written in English and be brief and to the point, not exceeding 4 pages total. Vendors are responsible for all costs for submitting responses to the below referenced questions and their capability package. 1. What kind of similar experience does your company possess? Please indicate number of years experience and whether the experience relates to commercial, retail, or government facilities. 2. Does your firm have the relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contacts, and brief description of the work performed)? 3. Please supply a capability statement including your firms knowledge and expertise of petroleum, oil, lubricant (POL) and fuels facility storage, pipeline, and distribution systems. Potential offerors are encouraged to submit their company name, mailing address and telephone, fax number and e-mail address of an English speaking contact no later than 8 December 2010 to: Ms Pamela Richmond, e-mail: Pamela.r.richmond@usace.army.mil. Please copy Nora L. Cherry at nora.l.cherry@usace.army.mil. Telephone number is: +49(0)611 9744-2833. Offerors will be informed when and where to obtain a copy of the solicitation documents. You must be registered in the Central Contractor Registration (CCR) database in order to be eligible to receive an award for this procurement. You may visit the website www.ccr.gov for additional information on registering. The Government will post this synopsis, the solicitation and all subsequent amendments for this requirement to the Government-wide Point of Entry (GPE) available at the Federal Business Opportunities (FEDBIZOPPS) website, http://www.fedbizopps.gov, and it is the offerors sole responsibility to obtain a copy of the solicitation and any subsequent amendments from this website. Vendors are encouraged to visit this website and become familiar with its content and functionality prior to the solicitation issue date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02331200-W 20101121/101119234414-7e20d125e06679cf51ce9714b091ddc4 (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.