Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2020 SAM #6783
SOLICITATION NOTICE

68 -- Propane Supply to Tobyhanna Army Depot

Notice Date
6/23/2020 10:51:06 AM
 
Notice Type
Presolicitation
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
W25G1V20R0024
 
Response Due
6/30/2020 1:30:00 PM
 
Archive Date
07/15/2020
 
Point of Contact
Maureen Myrthel, Phone: 5702160779
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE The Army Contracting Command, Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to solicit and award a firm fixed-price supply contract for Propane Supply to twelve (12) tanks of various sizes located throughout Tobyhanna Army Depot. The NAICS Code is 324110 and the size standard is 1500 employees. A Request for Proposal will be issued on or about July 2, 2020 under Solicitation number W25G1V-20-R-0024 as a %100 small business set aside. This notice of intent is not a request for competitive proposals. Solicitation will be in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5, ""Simplified Procedures for Certain Commercial Items"" and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. The following draft Statement of Work (SOW) may be updated, revised or changed throughout the Solicitation period. The Government is not responsible for any costs incurred for contractor's time or materials expended in preparing information/response to this Pre-Solicitation Notice and any subsequent Solicitation. Key elements of the �SOW� shall include, but not be limited to the following: 1.1 Key Elements The contractor shall provide all supervision, labor, equipment and materials in performing all operations in connection with the refueling of propane tanks in various locations throughout the depot to the tanks listed below. At the conclusion of the contract period, vendor-owned tanks must be removed and taken. A: Contractor shall install the following tanks at locations stated below: Bldg. ������������� Tank Size ���������������� Quantity 49 ������������������ 1000 gal ������������������� 1 (underground tank) 54 ������������������ 1000 gal ������������������� 1 97 ������������������ 500 gal ��������� ����������� 2 212B ������������� 500 gal ��������������������� 1 702 ��������������� 500 gal ��������������������� 1 706 ��������������� 1000 gal ������������������� 1 3002 ������������� 500 gal ��������������������� 1 3006 ������������� 120 gal ��������������������� 2 1013 ������������� 500 gal ��������������������� 1 72 ������������������ 1000 gal ������������������� 1 B: Contractor shall fill above cylinders for the duration of the contract term and remove when contract is terminated. Contract shall be for 1 base year and 4 option years. C: All installations must comply with federal and local codes. The codes can be found in paragraph 2.1. D: Contractor shall ensure ample fuel supply for all heating systems. Delivery must be at a minimum of once in a two week period or sooner. If delivery is needed sooner the Contractor will be contacted if necessary. E: Contractor shall connect all grounding cables and ensure tanks and piping are properly grounded. F: Contractor shall respond to any emergency within a response time of 4 hours. G: Prior to the start of contract performance the Contractor may visit the site of the work, check all dimensions and otherwise get acquainted with all the details and conditions affecting the work, quantities and type of materials and all factors to meet the purpose and intent of these specifications and the terms of the contract. H: At the end of contractual period, if the incumbent contractor is not awarded the contract, all vendor- owned tanks will be removed by the vendor and taken away. 1.2 EXISTING Existing conditions include: Contractor must connect tank supply piping to existing propane piping systems in accordance with NFPA 58 Liquefied Petroleum Gas Code 2014. 2. PRODUCTS, MATERIALS AND EXECUTION 2.1 All work shall be designed and installed in accordance with NFPA 70E, NEC 2005, Code Standards, and as required by the equipment, product, and material manufacturer. All electrical work must comply with National Electric Code, (NEC 2008 or later), National Electrical Safety Code (NESC or IEEE-C2) and Appendix E, Tobyhanna Army Depot Electrical Design and Construction Standards. All equipment and piping installed by contractor shall be in accordance with NFPA 58 Liquefied Petroleum Gas Code 2014. Any concerns within the above listed documents will be resolved by the Authority Having Jurisdiction (AHJ). The D/Installation Services, Engineering Branch, is the AHJ. The specification format shall follow the Uniform Facilities Guide Specifications that are part of the Construction Criteria Base published by the National Institute of Building Sciences. Execution shall be coordinated to ensure there is no disruption to current test work in progress. 3. QUALITY ASSURANCE: 3.1 Rejection of Work: Indication of lack of quality workmanship on the part of the contractor shall be sufficient grounds for the Government to reject installed work and to require its immediate removal and complete reinstallation at no additional cost to the Government. 4. SECURITY REQUIREMENTS: Contractor personnel working on the Tobyhanna Army Depot must be fully identified. Contractors register with the TYAD Security Visitor Center. All employees, staff, and subcontractor personnel, etc., which will require access must present the following to access TYAD: A. Full name B. Driver�s License Page 3 of 14 C. Nationality (if non-U.S. Citizen, alien registration number) D. Completed Form ELTY 648C (Contractor Request for Access to TYAD), TYAD POC will contact vendor with the 648C form. E. Completed Form ELTY 648C must be submitted to TYAD prior to date of arrival as required by contract solicitation documentation. If Contractor vehicles are required for use on TYAD, the following ID is required: A. Make B. Model C. State Registration D. Insurance E. License Plate # Contract personnel are expected to perform work during normal TYAD duty hours (0600-1700). If work must be performed otherwise, permission must be obtained three working days prior from the Security Office through the D/Installation Services POC. D/Installation Services, POC will also coordinate with changes in work schedules with Industrial Modernization Division and Mission Operations as needed to determine impact on production. Contractor personnel must confine themselves to the work sites specified in their contract. Visiting other areas is prohibited. 4)� Payment: a. Payment will be on a bi-weekly basis, after certification by COR.� All invoices will be submitted and paid through WAWF. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. All information contained within this Pre-Solicitation Notification is subject to change. Point of contact is Maureen Myrthel, Contract Specialist, Phone 570-615-9535, email Maureen.Myrthel.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97d4601bfaa14adc8ce4014d6d80b9b8/view)
 
Place of Performance
Address: Tobyhanna, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN05700529-F 20200625/200623230143 (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.