SOLICITATION NOTICE
Z -- Restoration of Base Sewer Line, Kingsley Field ANG Base, Klamath Falls, Oregon
- Notice Date
- 8/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- KJAQ042961
- Response Due
- 9/4/2008
- Archive Date
- 11/3/2008
- Point of Contact
- Jody Owens, 503-584-3773<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis solicitation for the rehabilitation of sewer lines at the Kingsley Field Air National Guard Base, Klamath Falls, Oregon using trenchless technology and is prepared in accordance with format 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. Award of this acquisition is based on the governments availability of funds. The solicitation number for this project is KJAQ042961 and is a request for proposal. The North American Industry Classification System (NAICS) code for this acquisition is 237110. This project is not set aside and is open to large and small business concerns. The DPAS rating for this acquisition is DC-02. PROJECT DESCRIPTION: The United States Property and Fiscal Office for Oregon is soliciting a proposal for the rehabilitation of 4,700 (2200 LF of 10 pipe and 2500 LF of 8 pipe) of the existing sanitary sewer system at Kingsley Field, Oregon using Trenchless Cured in Place Pipe techniques. The Contractor will provide all labor, tools, equipment, and materials to complete this project in accordance with all Federal, State, county, and local regulations and codes. Contractor will protect all facilities, grounds, equipment, and utilities not scheduled to receive work. It is the responsibility of the Contractor to ensure that all safety, OSHA, DEQ, and EPA rules and regulations are observed. Coordination with the Civil Engineering office and the building users ten (10) days prior to start of work is required. The new materials shall be warranted in writing against defects for a period of one year. The installation will be warranted for one year against any failure. The Contractor will be allowed to work on the base SDO (scheduled day off) Mondays with approval of Civil Engineering CLIN 0001 - Phase 1 Data Collection and Existing System Condition Determination CLIN 0001A - Data Collection. The Contractor will compile and review available information regarding the existing sanitary sewer as needed. Existing maps, construction drawings, as-built drawings, and studies will be collected and reviewed. Both hard copies and electronic copies of the existing infrastructure mapping will be reviewed. Existing videos and video logs of the sanitary sewer system will be reviewed. Video and video logs will be available for review prior to the proposal due date. CLIN 0001B - Kickoff Meeting. The Contractor will arrange for a kickoff meeting to review project objectives, goals, schedule, and anticipated deliverables. This kickoff meeting will include personnel from ORANG, the Contractor, and potential subcontractors. Immediately following this meeting, a site visit will be conducted. CLIN 0001C - Underground Camera Inspection. The Contractor shall use appropriate video equipment to physically inspect the current conditions inside the portions of the main sanitary sewer system scheduled to be repaired. The video survey will be used to evaluate current conditions of the sewer pipe (e.g., structural characteristics, diameter and roundness, leaking and damaged joints, blockages, and location of lateral connections) to facilitate designing the liner to appropriate specifications. This process will require accessing the sewer lines via manholes, temporarily diverting/plugging sections of the sewer system, and directing a camera through the pipes to visually inspect the sewer runs. CLIN 0001D - Design and Specification of Liner System. The Contractor will use the results of the video survey and site visit to select and design the appropriate liner specifications, and the project materials needed to complete the project will be ordered. Specific pipe lining materials, thicknesses, run lengths, installation points, and temporary diversion or bypass sections will be determined. CLIN 0002 - Phase 2 Sewer Liner Installation (2200 LF of 10 pipe and 2500 LF of 8 pipe) CLIN 0002A - Water Jet Blasting/Mechanical Pipe Cleaning. Prior to installation of liners, the main sewer pipe will be cleaned to remove any blockages or sediment that may interfere with proper installation of the pipe liner. Lateral lines connected to the sanitary sewer line will be temporarily plugged before the cleaning and in-situ repair activities. Temporary hose lines and pumps will be used to reroute sewage around segments of the main line undergoing repairs. Individuals with confined space training and applicable permits will enter sanitary sewer manholes to remove sediment from the laterals using a combination sewer hydrojetter-vacuum truck and mechanical in-pipe apparatus. The Contractor can assume that all sludge, sediment, wash water, and groundwater (i.e., clean-out waste) evacuated from the sanitary sewer will be discharged to the sanitary sewer system. It is anticipated that clean water and condensate generated during liner processing and installation will not be captured, but will also be discharged to the sanitary sewer system. The project is not expected to require any special waste handling provision and such provision is not included in this SOW. The Contractor will follow the sewer cleaning activities with video inspection to confirm effectiveness and assess damages. The contractor will be responsible to repair any damage to the system as a result of cleaning activities. CLIN 0002B- Structural Pipe Repair. Depending on the specific liner technology selected, some areas exhibiting excessive infiltration, settlement, or structural damage may require localized structural repairs. In such cases the structural spot repairs will be performed in-situ and then the pipe liner will be installed within the repaired sections in continuous lengths extending from manhole to manhole. The contractor shall ensure that proper pipe slope is maintained with repairs. No bellies in the pipe will be accepted. In instances where the existing piping is completely collapsed or in a state of advanced structural decay, invasive trenching and pipe replacement may be needed. Such conditions will be determined on a case-by case basis. CLIN 0002C - Sewer Lining. The sewer liners will be installed using trenchless technology and following manufacturers recommendations. Although the installation procedure varies by manufacturer, in general, the pipe liner will be inserted into an entry manhole where it will be extended using pressurized water or air or pulled through the existing pipe using a tow cord inserted through the exit manhole. The pipe liner will then be expanded in place to conform to the existing pipe and then cured. The lateral sewer connections will be re-established using robotic technology. The completed liner will structurally reinforce the existing pipe and provide a continuous joint-free and low-friction surface in between manholes. CLIN 0002D - Lateral Re-establishment of Side Services. A remote controlled robotic device will be used to reinstate the laterals that were identified and accurately mapped during the video inspection. CLIN 0002E- Post Video Inspection. A post-lining video camera survey of the pipe will also be conducted to verify proper installation of lining and reopening of lateral connections. Any areas that are found not in compliance with manufacturers specifications will be removed and replaced. CLIN 0003 - Phase 3 Draft and Final Reports CLIN 0003A - Prepare Draft & Final Report. Contractor will provide ORANG a Draft Report. This report will summarize the research, field activities, findings, and results of the repair measures performed. Contractor will provide a Final Report incorporating comments and revisions suggested by ORANG. The report will document the following topics: a. Summary of the Existing System This section will include a summary of existing information provided by ORANG regarding the sanitary sewer system. b. Sewer Assessment This section will describe the collection of the field data and discuss the initial existing condition of the sanitary sewer lines. c. Liner Design This section will describe the selected materials and specifications for the sewer pipe liners. d. Sewer Lining This section will discuss the installation of the sewer liners, reestablishment of lateral connections, and results of the confirmation video survey. e. Site Plan AutoCAD drawings depicting repaired areas will be prepared and included in the report. PROPOSAL CONTENT: The following shall be contained in contractors proposal to be considered for award: Pricing for the above listed services. Reference the above specified services (CLIN 0001 0003 and all the sub clins). The Contractor shall include the following statements in the proposal: (1) The terms and conditions of this solicitation are understood and a subsequent award will be made upon availability of funds (2) Prices are valid until December 1, 2008. (3) Central Contractor Registration (CCR) information is updated and valid (4) Online Representations and Certifications are updated and are included in this proposal. Product / Service information: Existing product / service literature may supplement the proposal if felt that it would better the governments understanding of the product / service being offered. CENTRAL CONTRACTOR REGISTRATION: The Offerors must be registered on the Central Contractors Registration database (CCR).Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. ONLINE REPRESENTATIONS AND CERTIFICATIONS: It is strongly advised that offerors submitting a proposal for this project register and complete the Online Representations and Certifications per FAR provision 52.212-3 and 252.212-7000. Offerors will need to submit a copy of these representations and certifications with their proposal. AWARD DECISION: 52.212-2 Evaluation of Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal is the lowest price, is technically acceptable and the service / product offered best conforms to the governments requirements. The government intends to evaluate offers and award a contract without discussions. The Government may reject any and all offerors if such action is in the public interest; accept other than the lowest offeror; and waive informalities and minor irregularities in offerors received. EVALUATION FACTORS: Technically Acceptable: Offerors must be able to demonstrate in their proposal that the product and service being offered is capable of meeting the governments needs as specified in this solicitation. Price and price related factors: The proposed amount will be evaluated based on reasonableness and realism. Firms will either receive a rating of: Fair (just meets governments requirements), Good (meets or exceeds the governments requirements) or Excellent (Clearly exceeds the governments requirements). Price and price related factors: Offerors should breakdown pricing per included schedule (CLIN 0001 CLIN 0003 and all the sub clins). SUBMISSION OF PROPOSAL: Submit your proposal to the USPFO for Oregon, attn: Jody Owens, PO Box 14350 / 1776 Militia Way, Salem, Oregon 97309 no later than 2:00 pm on September 4, 2008. Questions pertaining to this solicitation can be directed to Jody Owens via e-mail at jody.owens@us.army.mil. Questions pertaining to this proposal will need to be submitted no later than August 29, 2008. PROVISIONS AND CLAUSES: All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The following FAR clauses and provisions apply to this RFP and are incorporated by reference: provision 52.212-1, Instructions to Offerors-Commercial Items provision 52.212-2, Evaluation-Commercial Items provision 52.212-3, Offeror Representations and Certifications Commercial Items clause 52.203-3, Gratuities clause 52.203-5, Covenant against contingent fees clause 52.203-6, Restriction on Subcontractor sales to the government Alternate A clause 52.204-4, Printed or Copied double sided on recycled paper clause 52.204-9, Personal Identity Verification of Contractor Personnel clause 52.212-4, Contract Terms and Conditions-Commercial Items clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause 52.222-26, Equal Opportunity clause 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other eligible veterans clause 52.222-36, Affirmation Action for Workers with Disabilities clause 52.222-37, Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and other eligible Veterans clause 52.222-41, Service Contract Act clause 52.223-5, Pollution Prevention and Right-to-Know Information clause 52.223-3, Hazardous Material Identification and Material Safety Data clause 52.225-13, Restriction on Certain Foreign Purchases clause 52.228-5, Insurance Work on a Government Installation clause 52.233-1, Disputes Alternate A Clause 52.236-2, Differing site conditions Clause 52.236-5, Materials and Workmanship Clause 52.237-1, Site Visit Clause 52.237-2, Protection of Government Buildings, Equipment and Vegetation Clause 52.252-2 Clauses incorporated by reference Clause 252.201-7000, Contracting Officer Representative provision 252.212-7000, Offeror Representations and Certifications Commercial Items clause 252.204-7004, Alternate A, Central Contractor Registration clause 252.209-7001, Disclosure of Ownership or control by the Government of a Terrorist Country clause 252.223-7006, Prohibition on Storage and disposal of toxic and hazardous material clause 252.243-7002, Requests for Equitable Adjustments clause 252.247-7024, Notification of Transportation of Supplies by Sea Clause 252.227-7015, Technical data Commercial Item Clause 252.227-7023, Drawings and other data to become property of the government
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a38b1c6851389d6f02617d20037dfad&tab=core&_cview=1)
- Place of Performance
- Address: Kingsley Field ANG Base 221 Wagner Street STE 16 Klamath Falls OR<br />
- Zip Code: 97603-1967<br />
- Zip Code: 97603-1967<br />
- Record
- SN01641461-W 20080817/080815223250-9a38b1c6851389d6f02617d20037dfad (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 |