Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

46 -- RECOVERY - Joshua Tree National Park Cleaning and Inspection of Water Supply Tanks

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - JOTR Joshua Tree NP Park Headquarters74485 National Park Drive Twentynine Palms CA 92277
 
ZIP Code
92277
 
Solicitation Number
Q8335090071
 
Response Due
8/26/2009
 
Archive Date
8/12/2010
 
Point of Contact
Michelle Harrison Contracting Officer 7603675517 michelle_a_harrison@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8335090071 and is issued as a request for quotes (RFQ). NAICS code: 221310. No paper copies will be sent. Notifications of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at www.ccr.gov. The National Park Service, Joshua Tree National Park, has identified a need for Cleaning and Inspection of Water Supply Tanks as outlined below. Provide cleaning and inspection services of two potable water storage reservoirs in the Cottonwood District and Black Rock district according to this scope of work. Cleaning procedures will combine vigorous brushing of surfaces cleaned, in addition to removing material from reservoir by vacuum or water suction. The potable water reservoir will be in service during cleaning, the cleaning procedures shall not create any visible turbidity in the water column. In addition to cleaning all sediment or other material from the floor of the reservoir the divers will ensure that all sediment is removed from the floor to wall seams, support column bases, plumbing fixtures and supports, man entries, or any other areas where the vacuum does not reach during normal floor cleaning. If brushing is not done in conjunction with vacuuming, potentially hazardous bio-film may be left behind. Use of a stationary or fixed brush inside or outside the vacuum head is inadequate for this purpose. The brushing has to be vigorous enough to remove biofilm. This can only be accomplished by a rapidly rotating brush inside a vacuum head or by vigorous hand brushing in order to agitate the surface enough to remove biofilm. Regardless of the technique used the brushing must be done in such a manner that does not create turbidity inside the reservoir. Divers must use external or surface supplied air source with hardhat. Hardhat is defined as a helmet that keeps divers head dry (no SCUBA or full face mask gear). External air supply must be sufficient to support divers for the duration of the planned dives and must be accompanied by an adequate diver carried reserve breathing air source. A second external air supply will be available for back up in the event the primary air source fails, in addition to the diver reserve. For preventing contamination of the water supply, by the diver, full-face masks are specifically prohibited. Divers will have full time, hard wired (wireless devices are prohibited) voice communication with surface personnel. Divers will use vulcanized rubber dry suit, in good repair, which are dedicated for use in potable water. Neoprene or shell dry suits are not suitable for disinfection. All equipment and diver (external gear) must be disinfected with 200+ p.p.m. chlorine solution immediately prior to entering potable water. Dry suit must be variable volume with push button air inflation and must have automatic over inflation / exhaust valve. Dive team will consist of a minimum of three persons. If two divers are submerged at the same time a minimum of a five-person dive team is required. All dive team members must have ANSI/ACDE 01-1993 minimum commercial diver training. This requires a certificate of graduation from an ACDE certified commercial diving school or equivalent military or other training (minimum 600 hr.). Dive team must have OSHA approved Standards, Procedures, and Safe Practices Manual present and available for review at each dive location Diver will have a helmet-mounted video camera with adequate lighting capable of supplying live video feed to surface. The live video will be set up so that surface personnel can view underwater procedures as they are performed and so that procedures can be recorded on video tape along with live voice narration. This also provides JTNP with a method of monitoring quality control, to ensure job is done and that the diver does not create turbidity. The video camera must have infinite focal range. Cameras with a limited short focal range are not acceptable. Hand held cameras and hand held video cameras if used will be used for still or detail images only. All water discharged from reservoir during cleaning procedures will be de-chlorinated using sodium-meta-bisulfate or an equivalent approved by JTNP at no additional charge. If JTNP or local water quality boards require sediment containment, material filter bags will be used. Filter bag material will consist of ten-ounce non-woven geo-synthetic material. Width of the filter bag will be at least seven feet in diameter and length of the filter bag will be at least ninety feet in length. Diving contractor will have the ability to clean the vertical wall surfaces with similar equipment and procedures as used in cleaning the floor. Cleaning procedures will combine vigorous brushing of surfaces cleaned, in addition to removing material from reservoir by vacuum or water suction, and must be done in such a manner that does not create turbidity inside the reservoir. This procedure may or may not be requested after viewing the interior of the reservoir. Diving contractor will provide a separate line item quote for wall cleaning. InspectionInspections will be performed according to NACE, ASNT standards. Inspection of the reservoir will be included as part of the cleaning process and cost. The inspection will be done as a continuous process by the diver and include a detailed final inspection. Contractor will submit a comprehensive inspection checklist detailing all areas of inspection. JTNP will approve the inspection list or amend the inspection list if necessary. Amendments will be sent to the approved contractor prior to bid acceptance. Video and Written Inspection ReportsContractor will provide inspection reports that will include high-resolution color videotape with real time imprint and time log indicating where each feature or problem areas may be found. Videotape will be narrated live by the divers, contractors on-site support personnel or JTNP personnel at the time the video is recorded. One copy will be submitted to JTNP. A bound computer generated printed report will be provided and include still color images of all problem areas along with a schematic diagram of each reservoir showing location of each image, with a time stamp showing where the image may be found on the inspection video tape. RepairsRepairs will be at the discretion of Joshua Tree National Park. Repairs to coatings in a steel reservoir will be made with a NSF 60 approved, two-part epoxy that chemically bonds to the steel substrate. All blisters, holidays and voids will be wire brushed with a pneumatic tool to bare metal according to SSPC-SP-11, special consideration will be given for underwater environments, and the surrounding intact coating will be feathered and abraded to provide an anchor profile for the epoxy. Epoxy will be prepared and applied according to the manufactures specifications, including but not limited to surface preparation, water temperature, mixing ratios, pot life, Wet Film Thickness and Dry Film Thickness. Proposal SubmittalContractors will submit bid proposal outlining cleaning and inspection costs per reservoir based on sediment depth of one inch. Sediment depth is calculated as an average sediment depth across the reservoir floor. Bids will include costs of repairs, material used for repair and repair procedures will be included. Contractors will provide documentation that includes: a description of cleaning process, a detailed description of the vacuum cleaning head, a description of the divers equipment, description of video equipment and voice communication equipment, description of de-chlorination process, description of sediment filtration bags, description of wall cleaning equipment and wall cleaning procedures, inspection checklist and insurance and bonding documentation. A current reference list with contact names and phone numbers will be submitted. Contractor will submit videotape showing their cleaning process from a previous job. The videotape will show floor cleaning as well as wall cleaning. Existing Reservoir DimensionsCottonwood 100,000 gallon water tank.Height 13', Width 38'Welded Steel. Black Rock 80,000 gallon water tankHeight 24', Width 24'Bolted Steel, glass lined tank. Award will be made based on best value to the government.Quotes are due August 26, 2009, by 12:00 PM (PDT). Quotes may be faxed to Michelle A. Harrison at 760-367-6392 or emailed to michelle_a_harrison@nps.gov.The FAR provisions at 52.212-01, Instructions to Offerors - Commercial Items, 52.212-0.2, Evaluation - Commercial Items, 52.212-03, Offeror Representations and Certifications - Commercial Items, 52.212-04, Contract Terms and Conditions - Commercial Items, 52.212-05, Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.228-70, Liability Insurance - Department of the Interior, 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, and 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements. Any applicable addenda to these seven provisions, apply to this acquisition. FAR provisions may be found at http://www.arnet.gov/far. EVALUATION FACTORS FOR AWARD: The Government will award the contract to the responsible Offeror whose quote will be the most advantageous to the Government, price and other factors considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8335090071/listing.html)
 
Place of Performance
Address: Twentynine Palms, California and surrounding park areas<br />
Zip Code: 92277<br />
 
Record
SN01908344-W 20090814/090812235725-0abe541bae7accbaee77470ece6412d1 (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.