Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

45 -- Replace Hydrazine Sump Tank

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3080137A001
 
Archive Date
6/18/2010
 
Point of Contact
Jeffrey A Kistler, Phone: 623-856-7179 x247, Eric Hinsch, Phone: 623-856-9665
 
E-Mail Address
jeffrey.kistler@luke.af.mil, eric.hinsch@luke.af.mil
(jeffrey.kistler@luke.af.mil, eric.hinsch@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F2U3080137A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Acquisition Circular 91-13. This procurement is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 333999 and the size standard of 500 Employees applies to this procurement. The requirement is remove and replace leaking Hydrazine Sump Tank, IAW the Statement of Work. FOB Destination to Luke Air Force Base, Arizona 85309. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. The evaluation will be based on low price offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses and provisions cited are applicable to this solicitation: 52.214-21, Descriptive Literature. All "or equal" submission must be accompanied by descriptive literature, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action, FAR 52.222-41 Service Contract Act, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations In Clauses, 52.222-3, Convict Labor, 52.219-6, Notice of Small Business Set Aside is applicable and FAR 52.253-1, Computer Generated Forms. The clause at DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, DFARS 252.32-7003, Electronic Submission of Payments, DFARS 252.243-7001, Pricing of Contract Modifications. Clauses can be reviewed at http://farsite.hill.af.mil. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. All quotes must be valid for 60 days and emailed to Jeffrey.kistler@luke.af.mil or faxed to (623) 856-3438 ATTN: Jeff Kistler. The response due date is 3 June 10. Quotes are required to be received no later than 4:00 PM PST, 3 June 10. STATEMENT OF WORK Table of Contents 1.0 PURPOSE 3 2.0 OVERVIEW 3 3.0 CONTRACT SUBMITTAL AND CODE REQUIRMENTS 3 3.0 DESCRIPTION OF WORK 4 DEMOLITION 4 INSTALLATION 5 4.0 SUBMITTALS REQUIRED FOR PROJECT 5 5.0 GOVERNMENT FURNISHED REFERENCE MATERIAL(S) 5 6.0 GOVERNMENT POINTS OF CONTACT (POC) 6 1.0 PURPOSE Demolish and replace leaking 304 Stainless Steel hydrazine sump tank with brand new 316 Stainless Steel hydrazine sump tank. 2.0 OVERVIEW The H-70 (hydrazine) facility has been placed out of service and servicing of F-16 H-70 bottles have ceased on base due to leaking H-70 Sump Tank. Tank is used to passively dilute H-70 solution during bottle servicing. Solution is neutralized with hypochlorite before being discharged into this tank. However, for safety and environmental concerns the tank must be able to contain H-70 (70% hydrazine) in the event of a major spill or leak. The current welds are in the process of failing and if the system is not replaced the release of contents into the surrounding open concrete sump appears inevitable. 3.0 CONTRACT SUBMITTAL AND CODE REQUIRMENTS 3.1 This Project includes but is not limited to the following work elements; all plant labor, equipment, materials and incidentals shall be furnished by the Contractor. No alterations, additions or deletions shall be made unless prior written approval is given by the Contracting Officer. The Contractor shall thoroughly review the request for constructability and advise of possible problem areas prior to submitting a cost proposal. Under no circumstances is the Contractor to begin any work on the project until a bonafide Notice to Proceed is issued through the Contracting office. All work must meet be in accordance with the most current editions of the International Building Code (IBC), National Electric Code (NEC), Life Safety Code (NFPA) International Plumbing Code (IPC) and Luke Air Force Base Specifications unless expressed written permission is received from the Contracting Officer for any deviations. All work must meet or exceed acceptable standards of the Building Trades. 3.2 The contractor shall provide a superintendent for the full duration of the project and he/she must be on site at all times while work is being performed. Contractor shall provide Quality Control (QC) person and shall inspect, test and perform duties consistent with contractor submitted quality assurance program. Contractor's QC shall provide daily reports to the government project manager on a weekly basis; this report shall show in detail the subcontractor's work performance on that day. Report shall include any findings by the QC on that particular day. QC shall also show what punch list items were recorded on their Pre-Final inspection which should be performed before the government inspection. Also this report shall give the date and time safety meetings were held and what issues were discussed. Contractor shall submit a safety plan and quality control plan to the contracting officer. If the contractor(s) has an IDIQ contract or SABER contract with Luke AFB quality control and safety plans only need to be submitted one time and can be updated for the duration of the contract. The contractor(s) QC and superintendent cannot be the same person, unless Contracting Officer (CO) has specified otherwise. Contractor shall submit on a form AF3000 all product, materials, shop drawing and designs to include Material Safety Data Sheets (MSDS) to the CO for approval before any and all items are brought or installed on projects at Luke AFB. Contractor shall submit on Luke AFB form 317 Contractors Reporting Environmental Entry Form on any and all products used on this project. These items will be tracked monthly and reports will be turned into Mr. Oscar Mabry or Ms. Teri Wesley at the Hazmat office phone number (623) 856-4748 or 4749. 3.0 DESCRIPTION OF WORK DEMOLITION 3.1 Contractor shall demolish existing 500 gallon hydrazine pump tank and supporting components to include: 3.1.1 Contractor shall flush tank with at least 1000 gallons of fresh water and then add a solution of high-test calcium hypochlorite to tank until a measurable residue of free available chlorine is detected in the tank. Tank shall then be pumped out and contents discharged to the Luke AFB sanitary sewer system. Contractor shall provide documentation of these activities. 3.1.2 Contractor shall remove all connections from existing tank. 3.1.2.1 Gravity drain pipe 3.1.2.2 Tank vent pipe 3.1.2.3 2 Discharge pipes 3.1.2.4 2 Sump pumps and supporting hardware 3.1.3 Contractor shall thoroughly inspect all connections and supporting components for signs of current/future fatigue or failure. In the event a concern is found (ie rust) contractor shall immediately contact Civil Engineering. 3.1.4 Contractor shall inspect current attachments for compatibility and serviceability and replace where necessary. 3.1.5 Contractor shall demolish existing hydrazine sump tank supports. 3.1.6 Contractor shall completely remove and properly dispose of hydrazine sump tank. 3.1.6.1 Contractor shall submit Luke AFB form 317 to quantify all demolished materials. 3.1.6.2 Contractor shall recycle sump tank and report on form 317 for recycling credit. INSTALLATION 3.2 Contractor shall install new 500 gallon 316 Stainless Steel hydrazine sump tank compatible with H-70. Tank shall be constructed of 316 Stainless Steel through-and-through; Stainless Steel plating over incompatible materials is unacceptable. 3.2.1 Pump tank shall be compatible with H-70, existing gravity drain pipe, tank vent pipe, discharge pipes and sump pumps. If discrepancies arise contractor shall immediately contact Civil Engineering. 3.2.2 Contractor shall ensure tank supports are also 316 Stainless Steel and are compatible with tank and H-70. 3.2.3 Contractor shall ensure that tank welds are compatible with H-70 and the new tank. 3.2.4 Contractor shall employ no adjoining dissimilar metals in the installation of this sump tank. 3.2.5 Contractor shall be responsible for the safety and OSHA compliance of the staff during this project. 4.0 SUBMITTALS REQUIRED FOR PROJECT 4.1 The contractor must submit an AF3000 for every product that will be installed. 4.2 MSDS must be provided when applicable. 4.3 Report all waste and recycled materials on Luke AFB form 317. 4.6 The government reserves the right to request submittals on any product or service for duration of the contract 5.0 GOVERNMENT FURNISHED REFERENCE MATERIAL(S) 5.1 Reference Materials: Contractor has been provided original as-builts from Civil Engineering showing where work will take place. Contractor has been provided AF3000 and Luke AFB Form 317. 5.2 The government will provide the contractor with on site storage for materials. Government will provide water and electrical for the duration of the project at the site. This will come from existing building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3080137A001/listing.html)
 
Place of Performance
Address: LUKE AFB, AZ 85309, GLENDALE, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02162359-W 20100529/100527235300-3195a19fbd6fbbb840f0b883daee1a3f (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.