Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2023 SAM #7823
SOLICITATION NOTICE

49 -- FUEL TANK MONITORS

Notice Date
4/27/2023 7:09:29 AM
 
Notice Type
Solicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
FCC COLEMAN COLEMAN FL 33521 USA
 
ZIP Code
33521
 
Solicitation Number
15B30223Q0000005
 
Response Due
5/5/2023 6:00:00 AM
 
Archive Date
05/20/2023
 
Point of Contact
Daniel Frederick, Phone: 3526893163, David Barr, Phone: 3526893037
 
E-Mail Address
dfrederick@bop.gov, D1Barr@bop.gov
(dfrederick@bop.gov, D1Barr@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SCOPE OF WORK FEDERAL CORRECTIONAL COMPLEX, COLEMAN, FLORIDA PROJECT 23Z3AS5 REPLACE TANK MONITORS April 15, 2023 1. DESCRIPTION OF REQUIREMENT / SPECIFICATIONS A. INTRODUCTION Gregory Lux Digitally signed b Gregory Lux Date: 2023.04.19 14:56:52 -04'00' The Federal Bureau of Prisons (FBOP), Federal Correctional Complex, Coleman, Florida (FCC Coleman)� located at 846 NE 54th Terrace, Coleman, Florida in Sumter County intends to make a single award to� a responsible entity that will provide all necessary equipment, labor, materials, and incidentals� to install new fuel storage tank monitoring systems at three (3) 10,000 gallon diesel storage� tanks, one located at the FPC Remote Utility Building (RUB) and the other two (2) tanks located at the FCI Low RUB. Repairs shall comply with Federal, state, and local� regulations, codes, and standards. This contract will consist of supply and install. B. BACKGROUND INFORMATION During periodic inspection, the fuel monitors failed. Due to the age of the monitoring systems,� complete replacement of these systems is required. New tank monitoring system shall comply with all� Federal, State of Florida, and local regulations and law, particularly, Florida Department of� Environmental Protection, which is the Authority Having Jurisdiction (AHJ) C. GOVERNMENT FURNISHED PROPERTY FCC Coleman will not provide any materials or labor needed to complete the work identified in the� Description of Requirement. FCC Coleman will provide one staff to escort Contractor�s personnel at� each RUB. Electrical service from standard duplex outlets, normal city water from sink faucets and� spigots, and toilet facilities shall be provided by FCC Coleman, if needed. . D. DESCRIPTION OF REQUIREMENT FCC Coleman requires the contractor awarded this contract to perform the following services. At the� FPC RUB and at the FCI Low RUB, contractor shall: � �Replace existing Incon tank monitoring system. � �Contractor will coordinate with the customer to mobilize men, material and equipment to the� site. � �Contractor shall create an appropriate work area will be with secured with visual or vehicular� barricades at each RUB. � �Contractor shall lockout/tagout the electrical power to the existing Incon tank monitoring� systems at RUB � �Contractor shall dismount the existing Incon and install in its place, a new Vendeer Root TLS4B� Unit at each RUB. � �Contractor shall provide and install a new external printer which shall be mounted onto the wall� next to the new TLS4B unit at each RUB. � �Contractor shall disconnect the existing level probe, and leak sensor at each RUB. � �Contractor shall furnish and install a new probe, float unit, and leak sensor to include new� mounting hardware into the tank at each RUB. The FCI Low RUB has two (2) tanks that will need new� probe, float unit, and leak sensor to include mounting hardware into the tanks. Both tanks at the� FCI Low RUB can operate of the one new TLS4B Unit for that RUB. U. S. Department of Justice Federal Bureau of Prisons FCC Coleman, Florida 23Z3AS5 Replace Tank Monitors � �Contractor shall make connections utilizing the existing conduit, wire will be new shielded� Belden type at each RUB and tank. If existing conduit is found to be unsuitable, the unsuitable� items will be replaced / repaired at an additional cost to the customer upon approval. � �Contractor shall startup and commission the new equipment at each RUB. � �Contractor shall program the new TLS4B system and checked for proper operation at each� RUB. � �Upon successful startup, Contractor shall provide training to a customer representative on the� operation of new TLS4B system at each RUB. � �Contractor shall clean up all debris generated from work at both RUBs and dispose of debris off� FBOP property and in compliance with Federal, State, and local regulations. � �Contractor shall then demobilize from the FBOP property. � �Contractor shall provide to FCC Coleman operability paperwork for submission to the FDLEP for� each fuel storage tank, for a total of three. � �All labor, material, and equipment to complete the work described herein shall be included in the contractor�s bid. Any materials or equipment needed to complete this work, not� specifically identified, shall be provided by the Contractor at no additional cost to the� Government. � �Final payment will not be processed until all written certifications and testing have been� received by the Complex Facility Manager. Contractor shall supply the following fuel storage tank monitoring system, and associated parts,� etc., for the FPC RUB storage tank (1 tank), or a FBOP approved technical equivalent system.� Contractor shall provide a completely operational system to monitor and report fuel storage tank� levels, including, but not limited to: � �1 ea.: Veeder Root TLS 4B Console (Max 6 probes / 6 2-wire sensors) or a FBOP approved technical� equivalent system. � �1 ea.: TLS4B Console, Color Touch Screen Display, EDIM, UL (Part #860196-020) or a FBOP approved� technical equivalent system. � �1 ea.: TLS4B Application Software, 6 Universal Inputs - must order one per console (Part� #333435-001) � �1 ea.: External Printer for TLS4 Series Consoles (Epson Model: TM-T88V) (Part # 330020-832) or a� FBOP approved technical equivalent system. � �1 ea.: Wall Mounting Bracket for External Printer for TLS4 Series Consoles (Part� #330020-839) � �1 ea.: SS Probe, 0.1 Mag Plus, HGP Canister, Water Detection, UL, ANY STD LENGTH (Part� #846397-1xx) � �1 ea.: Install. Kit, Mag Plus, Diesel, 4"" Float, 5' Cable (Part #846400-001) � �1 ea.: Mag Probe Installation Kit for Aboveground Storage Tank (Part #312020-984) � �1 ea.: Interstitial Sensor for Steel Tanks (4'-12' Tank I.D.) with 16' Cable (Part #794390-� 420) � �1 ea.: 2"" Interstitial Sensor Riser Cap and Adaptor Kit (Part #312020-928) Contractor shall supply the following fuel storage tank monitoring system, associated parts, etc.� for the FCI Low RUB storage tanks (2 tanks), or a FBOP approved technical equivalent system.� Contractor shall provide a completely operational system to monitor and report fuel storage tank� levels, including, but not limited to: � �1 ea.: Veeder Root TLS 4B Console (Max 6 probes / 6 2-wire sensors) or a FBOP approved technical� equivalent system. Page 2 of 6 U. S. Department of Justice Federal Bureau of Prisons FCC Coleman, Florida 23Z3AS5 Replace Tank Monitors � �1 ea.: TLS4B Console, Color Touch Screen Display, EDIM, UL (Part #860196-020) or a FBOP approved� technical equivalent system. � �1 ea.: TLS4B Application Software, 6 Universal Inputs - must order one per console (Part� #333435-001) � �1 ea.: External Printer for TLS4 Series Consoles (Epson Model: TM-T88V) (Part # 330020-832) or a� FBOP approved technical equivalent system. � �1 ea.: Wall Mounting Bracket for External Printer for TLS4 Series Consoles (Part� #330020-839) � �2 ea.: SS Probe, 0.1 Mag Plus, HGP Canister, Water Detection, UL, ANY STD LENGTH (Part� #846397-1xx) � �2 ea.: Install. Kit, Mag Plus, Diesel, 4"" Float, 5' Cable (Part #846400-001) � �2 ea.: Mag Probe Installation Kit for Aboveground Storage Tank (Part #312020-984) � �2 ea.: Interstitial Sensor for Steel Tanks (4'-12' Tank I.D.) with 16' Cable (Part #794390-� 420) � �2 ea.: 2"" Interstitial Sensor Riser Cap and Adaptor Kit (Part #312020-928) Name brand components are identified above in this Scope of Work, as they are known to be� compatible with the existing systems. While other components may be proposed by bidders as �a� technical equivalent� system, it is the Contracting Officer Representative�s decision if �technical� equivalent to specified� is approved or rejected by the FBOP. E. QUALITY ASSURANCE/INSTALLATION REQUIREMENTS Compliance with all environmental regulations, Life Safety codes, NFPA, OSHA, ABA, and Federal,� State, and Local codes and regulations will be required for the duration of this contract. Services� and materials provided by the Contractor will adhere to and shall be consistent with the most� current industry standards. 2. CONTRACTOR SECURITY/WORKING REGULATIONS A. Security Clearances All Contractor�s personnel coming onto Federal property must successfully pass a security clearance� (NCIC). Security clearance paperwork shall be submitted to the Contracting Officers Representative� (COR) within seven (7) calendar days of the Award of Contract. The Contractor awarded the contract� should plan on security clearances being completed within fourteen (14) working days from submittal� of a fully completed NCIC packet. NCIC clearances must be successfully processed prior to any� personnel coming onto the FCC Coleman property. In addition to security clearance compliances addressed elsewhere in this solicitation, the� following conditions are specific to FCC Coleman. 1. Security clearance documents will only be accepted from the Contractor awarded the contract. If� the services are subcontracted out to another Contractor, the Prime Contractor awarded the contract� must submit the security clearance forms to the FBOP. If submitted by any other Contractor, they� will be rejected. The Prime Contractor awarded the contract has the responsibility to review the� security clearance submissions to ensure they are filled out completely and signed prior to� submitting to the FBOP for processing. 2. In the event a contractor�s employee cannot pass the security clearance process, they will not� be permitted to work on this contract or be on FCC Coleman property. Page 3 of 6 U. S. Department of Justice Federal Bureau of Prisons FCC Coleman, Florida 23Z3AS5 Replace Tank Monitors By law, the FBOP cannot, and will not, release any information to the� Contractor concerning the nature of why the rejected employee was not able to pass the security clearance� process. 3. Residency Requirements - The residency requirement applies to both individuals and employees of� companies providing services to the FBOP. For three (3) of the five (5) years immediately prior to� submission of your bid, individuals and/or Contractor employees providing services in any Federal� Bureau of Prisons facility must have: a. resided in the United States (U.S.). b. worked for the U.S. overseas in a Federal or military capacity; or c. been a dependent of a Federal or military employee serving overseas. B. Work Hours Work Hours shall be between the hours of 6:30 AM and 3:30 PM EST, Monday through Thursday,� excluding Friday, Saturday, Sunday, and any Federal holiday. Should the Contractor need to access� the site to conduct work associated with this contract at a time other than those listed above, the� Contractor will request an alternate time in writing to the COR five (5) working days prior to the� date and time requested. Contractors should plan for a minimal amount of time accrued for security considerations, i.e.,� check-in screening, inventorying of tools, institution emergencies, etc. In the event of an� institution emergency, depending on the type of emergency, the Contractor may be instructed to� secure all work, secure and stow all tools, equipment, and materials, and be escorted out of the� institution. Work will resume once the institution emergency passes. The decision to remove� Contractors from the institution during an institutional emergency will be made by the Captain or� his designee. All work under this project is outside the secured perimeter fence; therefore, the� delays typically experienced by contractors processing into an institution will NOT likely be� experienced by the contractor for the duration of this contract. Contractor�s personnel should� bring all materials, supplies, tools, incidentals, etc. with them each day. C. Tool Control All tools will be inventoried at the beginning and end of each work period, or when departing one� work area for another work area, to ensure accurate accountability prior to exiting the institution� and/or each department area. Should a tool become missing, Contractor�s personnel will not be� permitted to leave the work site until the tool is found or a search has been completed for the� missing tool to the satisfaction of the on-duty Chief of Correctional Services or Operations� Lieutenant. The Government will not incur any additional charges because of searching for a lost� tool due to the negligence of the Contractor�s personnel. D. Safety and Personal Protective Equipment All Contractor�s employees shall have and wear the required personal protective equipment (PPE)� prescribed by industry standards, OSHA, etc., always while on the job site. It is the� responsibility of the Contractor to provide all PPE equipment. Should a system require Lock-� out/Tag-out, the system will be required to have both Contractor and FCC Coleman locks on the� isolation point to prevent shock. All Lock-out/Tag-out procedures will follow the institution Lock-� Out/Tag-Out program. E. Additional Considerations Page 4 of 6 U. S. Department of Justice Federal Bureau of Prisons FCC Coleman, Florida 23Z3AS5 Replace Tank Monitors Contractors will NOT be allowed to bring cell phones, cameras, or� two-way radios/pagers into the secured perimeter of any FCC Coleman institution. The Facilities Department maintains a digital� camera that may be utilized by the Contractor, should it be needed. The Contractor may request� copies of these documentation photographs for record keeping. Contractor will be permitted to wear jeans in the institution; however, shorts, camouflaged� clothing, offensive clothing, or clothing that is dark green, bright orange, or khaki in color are� prohibited, as these are the color of clothing worn by inmates. The clothes will be proper and� suitable for the services that are being provided. Smoking policy on Federal property states that smoking is only allowed in outdoor designated areas.� This policy will be strictly enforced. Lighters, tobacco products, and electronic/vapor cigarettes� are not permitted inside the perimeter fences and should remain secured in the Contractor�s locked� vehicle. Illegal drugs, weapons, and firearms of any kind are strictly prohibited on Federal property.� Introduction of contraband, which is anything inmates are prohibited from possessing (such as, cell� phones, cigarettes, alcohol, pornographic material, etc.), into a correctional facility is a� Federal felony offense. Violators will be prosecuted to the fullest extent of the law. F. COVID-19 As of the date of this Description of Requirement, there is no daily COVID-19 screenings being� conducted. Contractor�s personnel should police themselves for COVID-19 symptoms, and if symptoms� are present, those personnel should not report to work. Contractors should be prepared to wear a� mask covering nose and mouth when social distancing of 6 feet or more cannot be maintained,� especially when encountering the inmate population. As COVID-19 is a fluid situation, these requirements can increase or decrease at any given time.� FCC Coleman has three stages of COVID-19 operations: Green, Yellow, and Red with Green being the� least restrictive and Red being the most restrictive. As of the date of this Description of� Requirement, FCC Coleman is operating at the Green Level. Should Red Level be implemented, all Contractor�s personnel will be required to complete a medical� screening every day they come onto FCC Coleman property. The medical screening consists of three� medical questions and a temperature reading. More intense medical screenings may be imposed at a� future date, which cannot be known as of the date of this Scope or Work. Any personnel that fail� the medical screening currently in effect will not be allowed on the property to work for that day.� The decision of the screening staff is final and not open for discussion or exceptions. Should a Contractor�s personnel begin to develop typical symptoms related to COVID-19 during the� workday, they must immediately inform the escorting FBOP staff. The Contractor�s personnel will be� assessed by FBOP Medical staff. If the FBOP Medical staff determine the Contractor�s personnel is� highly likely to be infected with COVID-19, they will immediately be escorted from the property.� That Contractor�s personnel will not be allowed back on the property for a minimum of ten (10)� calendar days and only if after ten days they are asymptomatic. The decision of the medical staff� is final and not open for discussion or exceptions. Protecting our staff and inmates from the introduction of COVID-19 is our top priority. As this is� a fluid situation with regular changes, more intense medical screenings and/or restrictions may be� imposed at a future date, based on guidance from the Center for Disease Control (CDC), the World� Health Organization (WHO), and/or the Central Office of the Federal Bureau of Prisons. Any future� required Page 5 of 6 U. S. Department of Justice Federal Bureau of Prisons FCC Coleman, Florida 23Z3AS5 Replace Tank Monitors Page 6 of 6 Personal Protective Equipment (PPE), as with current non-pandemic related PPE, will be the� responsibility of the Contractor awarded this contract to provide for their staff, ensure their� staff have adequate PPE and required training, and to maintain required documentation as required� by OSHA, CDC, or any other Authority Having Jurisdiction (AHJ). �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/94fb66c03c414196babe9f2b782c8d4c/view)
 
Place of Performance
Address: Coleman, FL 33521, USA
Zip Code: 33521
Country: USA
 
Record
SN06664898-F 20230429/230427230109 (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.