Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

Z -- Comprehensive Water distribution leak survey through out Naval Station Newport.

Notice Date
5/6/2009
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Newport, N40085 NAVFAC MID-ATLANTIC, ROICC NEWPORT Naval Activities Building #1 Newport, RI
 
ZIP Code
00000
 
Solicitation Number
N4008509Q9739
 
Point of Contact
David Berger 401-841-1564 Please send all questions at this time via email. david.berger@navy.mil
 
Small Business Set-Aside
N/A
 
Description
GENERAL PARAGRAPHS: 1. GENERAL INTENTION: It is the declared and acknowledged intention and meaning to provide a comprehensive water distribution system leak survey for the entire water distribution system, less the area known as Melville. 2. GENERAL DESCRIPTION: The services shall include furnishing labor, equipment and materials to provide comprehensive leak detection and location survey for fifty miles of distribution piping, sizes range from 1" inch to 16" inch diameter. Piping consists of the following material. Asbestos cement pipe, cast iron pipe, and ductile iron pipe. The survey entails fifty miles of pipe, 450 hydrants and 1,000 valves. The piping system ranges in size from 1" inch to 16" inch pipe with a material type break down estimated as follows: 12% - Ductile Iron Pipe (DI)52% - Cast Iron (CI)28% - Asbestos - cement lined (AC)8% - Unknown - (UK)3. LOCATION: The work shall be located at NAVAL STATION NEWPORT, with areas consisting of Coddington Cove, Coddington Point, Coasters Harbor Island, and Ft Adams. 4. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK: The contractor will be required to commence work under the contract within 7 calendar days after the date of receipt by him of "Contract Award". To prosecute said work diligently, and to complete the entire work within 45 calendar days. The time stated for completion shall include final clean-up of the premises. The Contractor will schedule his work no less than 48 hours in advance with the Contracting Officer. 5. PARTIAL PAYMENT: Partial payment for work accomplished under this contract will not be made. Payment will only be made when work is 100 percent complete and accepted by the Government. 6. OSHA/EPA REGULATIONS: During the performance of all work under this contract, contractor shall strictly adhere to Environmental Protection Agency Regulations (EPA) and Federal Occupational Safety and Health Regulations (OSHA), as well as all applicable state and local requirements. 7. DRAWINGS ACCOMPANYING SPECIFICATIONS: 8. A. EXAMINATION OF THE PREMISES: Bidders are expected to visit the site of work to make a survey of the conditions to be encountered which may affect the cost of the performance of the work. Failure to familiarize with the conditions shall not relieve the contractor from the responsibility for full completion of the work. The contractor is required to contact the Facilities Support Contracts Office at 401-841-2047 prior to commencement and upon completion of work. Work to be performed Monday through Friday 0700-1530. 8. B. All equipment submittals to be submitted to the officer in charge of construction & that all submittals must be approved before start of project. 9. MINIMUM EXPERIENCE: The Contractor shall document in his proposal that the leak detection technician and correlator technician, if not the same person, assigned to the project shall have a minimum of five years of leak detection experience using sonic leak detection equipment and correlation equipment, respectively. The Contractor shall also document in his proposal through reports, references and other acceptable methods that the leak detection technician assigned to the contract has performed leak detection surveys on a minimum of two hundred (200) miles of asbestos cement water pipeline. 10. GENERAL CONDITIONS The technician proposed by the Contractor and accepted by the Govt's Rep shall be required to perform the entire leak detection survey. The Govt shall not entertain switching technicians during the project. The Contractor may schedule the survey work to be performed on a full time basis until completed or alternatively, on a part time basis scheduled in advance, to be completed within the specified time. The Contractor shall be responsible for examining the Govt's water system maps at the Public Works office and becoming familiar with the site and conditions, which may affect the Contractor's work prior to submitting a proposal. All Subcontractors employed by the Contractor must receive prior approval by the Govt. Rep. 11. TECHNICAL REQUIREMENTS: 1. GENERAL INTENTION: It is the declared and acknowledged intention and meaning to obtain and provide the service of a comprehensive water distribution leak detection survey specified and in the locations indicated. 2. GENERAL DESCRIPTION: The services include furnishing labor, materials, transportation, equipment, supplies and supervision to: perform a comprehensive survey on the water distribution system to find leaks. All leaks will be identified and included on a report. 3. DETAILED REQUIREMENTS: The contractor will be responsible for providing labor, materials and equipment for the following while complying with the provisions of the Department of Army, Corps of Engineers, Safety and Health Requirements Manual #EM-385-1-1 of 3 November 2003 and all updates that applies to the work under this contract.: 4. AS BUILTS: Contractor will provide three (3) complete set of water distribution system prints indicating the sites surveyed indicating clearly were all leaks were found during survey. A comprehensive report will be provided to the govt. for each leak found. The report at a minimum will consist of the following.1) Location, i.e. bldg number, street 2) Leak i.e. Main, Service, Hydrant, and Valve3) Pipe material, i.e. Steel, Cast iron, Duct tile Asbestos Concrete, Copper, etc4) Surface, i.e. asphalt, soil, concrete, etc.5) Estimation of leak, i.e. 3 GPM6) One Line sketch. Indicating location of leak, referencing the above criteria.7) Remarks section.8) Signature of person who performed leak and or person that completed the report. 5. MINIMUM EXPERIENCE: The Contractor shall document in his proposal that the leak detection technician and or correlation technician, if not the same person, assigned to the project shall have a minimum of five years of leak detection experience using sonic leak detection equipment and correlation equipment, respectively. The Contractor shall also document in his proposal through reports, references and other acceptable methods that the leak detection technician assigned to the contract has performed leak detection surveys on a minimum of two hundred (200) miles of asbestos cement water pipeline.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8c731f481cdccfe7e3b50b9b8195226&tab=core&_cview=1)
 
Place of Performance
Address: Naval Station Newport, 1 Simonpietri Drive,, Newport, RI<br />
Zip Code: 02841<br />
 
Record
SN01810506-W 20090508/090506222121-a8c731f481cdccfe7e3b50b9b8195226 (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.