Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SPECIAL NOTICE

38 -- Request for Information regarding a project to repair or replace well pumps

Notice Date
6/8/2011
 
Notice Type
Special Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region I, 99 High Street, Boston, Massachusetts, 02110
 
ZIP Code
02110
 
Solicitation Number
HSFE01-11-R-0016
 
Archive Date
9/30/2011
 
Point of Contact
Carol H. Domingue, Phone: 6179567529
 
E-Mail Address
carol.domingue@dhs.gov
(carol.domingue@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
FEMA Region One, Boston, MA is interested in receiving information regarding the contract type, structuring of Contract Line Items and HUBZone business interest for a wells repair project at Federal Emergency Management Agency / DHS Federal Response Center at 63 Old Marlboro Road, Maynard, MA 01754. The Draft Performance Work Statement is included below. This project is funded. The procurement is anticipated to be 100% set aside for HUBZone Business. The NAICS code for the project is 237110. The small business size standard is $33.5M. The magnitude of construction is: Between $25,000 and $100,000. The period of performance is 30 days after receipt of award. Responses to this RFI are requested NLT 20 June 2011. Specifically, this RFI seeks the following information: 1. Business type (anticipating HUBZone set aside) and whether interested vendors are interested as a prime or subcontractor. Acquisition strategy to include: 2. Contract type, (i.e., FFP, Time and Materials or Hybrid) 3. Contract Line Item Number (CLIN) structure for pricing 4. Anything other pertinent information that would help in defining an efficient and effective acquisition. FEMA does not have any information on the well, nor does the Agency have any information on the current state of the well. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. This RFI is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the Government to acquire any products or services. The information you provide may be used to develop an acquisition strategy and revise a Statement of Work/Performance Work Statement. The information resulting from this RFI may be included in the anticipated RFP, which will be released to industry. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. The Government reserves the right to reject, in whole or part, any contractor's input resulting from this RFI. Responses to the RFI will not be returned. Respondents are advised that FEMA Region 1 is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted under this RFI. Any subsequent actions resulting from the evaluation of the information provided because of this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement will be included. Please submit questions and responses via e-mail to carol.domingue@dhs.gov with a subject line of FRC Well Repairs. Responses should address information above #1 through #4 above. PERFORMANCE WORK STATEMENT 1. LOCATION: 1.1. The location of the work is at the Federal Emergency Management Agency / DHS Maynard Facility 63 Old Marlboro Road, Maynard, MA 01754. Work location shall take place at the FRC well water pumping station. 2. DESCRIPTION OF WORK: 2.1. The work consists of providing all labor, transportation, materials, parts, supplies, equipment, tools, subcontracts, and performing all work necessary to provide a complete and functional repair, maintenance and upgrade of the well water pumps and related components. The following elements as described below: 3. PRINCIPAL ELEMENTS: 3.1. The work to be performed includes the following principal elements: (The quantities of work listed are approximate and are provided only for the purpose of illustrating the general magnitude of work. The brief descriptions of work do not in any way limit the responsibility of the contractor (and any subcontractors) to perform all work and furnish labor, material, and equipment shown, specified or reasonably inferred by the below descriptions.) 3.1.1. The contractor shall clean, inspect, and repair the well water pumps. 3.1.1.1. The work shall involve the removal of the existing submersible turbine pumping equipment from the water supply wells #1 (one well pump shall remain in service at all times) and clean, dismantle, inspect, repair, paint and reinstall as necessary. 3.1.1.2. The work shall involve the removal of the existing submersible turbine pumping equipment from the water supply wells #2 (one well pump shall remain in service at all times) and clean, dismantle, inspect, repair, paint and reinstall as necessary. 3.1.2. The contractor shall clean each well by chemical treatment or in accordance with industry standards. 3.1.2.1. Video inspection shall be done on wells #1 and #2 before and after servicing and provide a detailed reports for both inspections. 3.1.2.2. The contractor shall clean and inspect wells #1 and #2 in accordance with industry standards. 3.1.3. The contractor shall provide an option to replace the existing pumps with new pumps, cabling, wiring, electrical controls, valves, check valves and piping as needed to restore the wells to their complete and functional condition. (Option Line Item 0001). 4. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK 4.1. The contractor shall be required to (a) coordinate scheduling of work with the government to minimize disruption, (b) prosecute the work diligently, (c) commence work under this contract within 10 calendar days after the date the contractor receives notice to proceed, and (d) complete the entire work ready for use not later than 30 calendar days after the notice to proceed. 4.2. Work shall be performed during normal duty hours for Government personnel, 7:00 am to 3:30 PM Monday through Friday, excluding Federal holidays. 4.3. The contractor shall treat the area containing the well pumps as a confined space and shall be responsible for obtaining all permits that are required for confined space entry. 4.4. All work methods and completed work must be in compliance with current industry accepted codes and standards, and in a professional and workmanlike manner. IBC, state, national and other codes and ordinances which apply to this project include, but not limited to the following (latest editions): NFPA 101 Life Safety Code OSHA Part: 1910 NFPA 70 National Electrical Code 4.5.It is the responsibility of the contractor to properly dispose of all demolished materials. 5. GOVERNMENT PERFORMED WORK 5.1.The Government will perform the following: 5.1.1.The Contracting Officer will establish the boundary of Contractor's work area, including staging area, and the Government will limit its activities inside the work area to a minimum during the time the Contractor is at work. 6. SPECIAL OR UNUSUAL JOB CONDITIONS 6.1.Contractor will be responsible for all special permits and licensing necessary for thejob. 7.UTILITIES AND SERVICES 7.1.Water and electricity will be made available by the Government to the Contractor at no charge. 7.2.Existing restroom facilities will be made available by the Government to the Contractor at no charge. 8.CONTRACTOR'S OFFICE AND STORAGE SHED 8.1.Contractor's office and storage trailers are not required for this project. If used, place them as directed by the Contracting Officer. 9.CONSTRUCTION SIGN 9.1.Construction sign is not required, nor permitted, for this project. 10.SPECIFICATIONS 10.1.Work is to be performed in accordance with 4.4 above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegI/HSFE01-11-R-0016/listing.html)
 
Place of Performance
Address: Federal Response Center at 63 Old Marlboro Road., Maynard,, Massachusetts, 01754, United States
Zip Code: 01754
 
Record
SN02467226-W 20110610/110608234736-15aa30f1a0ada04486348509b961491d (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.