SOLICITATION NOTICE
99 -- Diving Services to Replace 7 Balancing Valves
- Notice Date
- 7/31/2012
- Notice Type
- Presolicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F12T0150
- Response Due
- 8/15/2012
- Archive Date
- 10/14/2012
- Point of Contact
- sara edwards, 4029952484
- E-Mail Address
-
USACE District, Omaha
(sara.edwards@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT (PWS) FOR THE REPLACEMENT OF INTAKE BALANCING VALVES, OAHE PROJECT, OMAHA DISTRICT CORPS OF ENGINEERS Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Diving Services to remove and install Government supplied balancing valves and associated piping at the Oahe Project. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Diving Services to replace 7 balancing valves as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. The contractor shall provide the Diving Services in accordance with the attached Specification 01080 - Diving Requirements for Oahe Dam Intake Balancing Valve Replacement. 1.2 Background: The current balancing valves are corroding and leaking to the point of allowing substantial water to flow into the tunnel interfering with annual maintenance work. Replacing the valves will stop water from filling the penstocks and allow for maintenance activities to occur. The Oahe Dam is located approximately 6 miles north of Pierre, South Dakota, see attached Map #1. The powerhouse intake structure is located upstream of the left abutment or directly north of the Powerhouse, see attached Map #2. Welding procedures and welders shall be qualified in accordance with ASME BPVC SEC IX. Welding procedures qualified by others, and welders and welding operators qualified by another employer, may be accepted as permitted by ASME B31.1. Diving shall be performed in accordance with the US Army Corps of Engineers Engineering Manual EM 385-1-1 Safety and Health Requirements and Specification Section 01080 DIVING REQUIRMENTS FOR OAHE DAM INTAKE BALANACING VALVE REPLACEMENT. 1.3 Objectives: The dive services will be to replace 7 intake balancing valves and associated piping. All valves, flanges and piping will be supplied by the Government. See attached Drawing #1 for details. Drawings #2 - #5 are informational only. 1.4 Scope: The Contractor shall provide all dive services required to remove and install intake balancing valves, elbows and piping located at the Oahe Powerhouse Intake Structure. It may be required to cut bolts underwater to remove piping. Contractor will be required to provided equipment to raise and lower valve and pipe section. Government will provide conveyance for the diver into and out of intake. Contractor will measure and field verify pipe length and make modifications to the pipe length as needed before installing new piping. No underwater welding will be allowed. Diving shall utilize surface supplied air, scuba shall not be permitted. All valves and piping that is removed shall become the property of the contractor and shall be disposed of properly. The contractor will complete an entire intake prior to being allowed to work on another. 1.4.1 Inspection Site Conditions: See attached drawings and maps and Specification Section 01080. The contractor will coordinate with the Corps Project for access to each intake. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, roads, and parking areas. 1.4.2 Diving Plan: In accordance with Specification Section 01080 DIVING a written plan describing the equipment and procedures for each dive shall be submitted for approval not less than 14 days prior to each dive. 1.5Period of Performance: The period of performance shall start within 15 days of the award and shall be completed within 45 working days. 1.6 General Information: 1.6.1 Quality Control NA 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 am to 5:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at Oahe Project, Pierre, South Dakota 1.6.6 Type of Contract: Purchase Order 1.6.7 Security Requirements: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The follow personnel are considered key personnel by the government: Eric Stasch, Operations Project Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:00 am and 5:30 pm Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.11 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. Contracting Officer. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. Physical Security. Actions that prevent the loss or damage of Government property. 2.1.8. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. Work Week: Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: None. 3.2 Facilities: None. 3.3 Utilities: The Government will provide electrical power at the intake structure. 3.4 Equipment: Crane, operator and man basket for access and conveyance into and out of intake structure. Government will not provide lifting capabilities to remove or install intake valves and associated piping. 3.5 Materials: All valves, piping, flanges, fasteners and gaskets will be provided to the Contractor. Government will supply all valves, piping and fittings and associated equipment to replace the balancing valves. The value of piping and fittings is approximately $1500.00 per intake. Contractor will be responsible for paying SD excise tax on the government furnished materials. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: NA 4.3. Materials: The Contractor shall furnish materials, supplies, and equipment necessary to weld piping under this PWS. 4.4. Equipment: The Contractor shall furnish all equipment to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for the Intake Balancing Valve Replacement at the Oahe Dam, Pierre, SD. 5.2. Task Heading: NA 5.3. Contractor Management Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): NA PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: Attachment 1: SECTION 01080 Diving Requirement DIVING REQUIREMENTS FOR OAHE DAM Intake balancing valve Replacement Attachment 2: EM 385-1-1 App O Attachment 3: Oahe Site Map #1 Attachment 4: Oahe Site Map #2 Attachment 5: Drawing #1 Attachment 6: Drawing #2 Attachment 6: Drawing #3 Attachment 7: Drawing #4 Attachment 8: Drawing #5
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0150/listing.html)
- Place of Performance
- Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02822273-W 20120802/120801001014-653652e9b8c48bccafa0967e2745b9c4 (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 |