SOLICITATION NOTICE
Z -- Fuel Tank Removal and Installation Project, Arlington National Cemetery
- Notice Date
- 1/17/2013
- Notice Type
- Presolicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-13-T-0008
- Response Due
- 1/25/2013
- Archive Date
- 3/18/2013
- Point of Contact
- david.wallace, 703-806-4841
- E-Mail Address
-
MICC - Fort Belvoir
(david.p.wallace6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK (SOW) Fuel Storage Tank Removal and Installation PART 1 GENERAL INFORMATION 1. GENERAL: This is a construction contract to provide storage tank removal and installation. The Government shall not exercise any supervision or control over the contractor performing the tasks herein. Such contract providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Work/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the fuel storage tank removal and installation as defined in this Statement of Work (SOW) except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. 1.2 Background: Arlington National Cemetery is our nation's most sacred shrine and the final resting place for our most revered military and civilian leaders. The Cemetery receives millions of visitors each year - including visits from the President of the United States, other heads of state, family members of the deceased, and millions of tourists from around the world. Six thousand or more funerals are conducted yearly - in addition to over 2,000 other ceremonies, such as commemorations, wreath ceremonies, and head-of-state visits. These ceremonies and funerals often receive the intense focus of the press and other media. Because of Arlington's special significance and the attention it receives, strict adherence to these specifications is essential. Failure to meet specifications will have a negative impact on our nation's image and will not be tolerated. The successful contractor forms a true partnership with the Federal Government to ensure those who served our nation are properly honored. 1.3 Objectives: Remove and dispose of the two underground fuel storage tanks, and install one duel fuel 10,000- gallon, two 500-gallon double-walled (concrete vaulted steel) aboveground storage tanks, and one automatic tank gauge. 1.4 Scope: The Contractor shall clean, remove, and dispose of the two underground fuel storage tanks, associated piping, and residue/sludge removed from the tanks. The Contractor shall install one 10,000-gallon duel fuel (6,000-gallon diesel, 4,000-gallon gasoline), two 500-gallon double-walled (concrete vaulted steel) aboveground storage tanks, and one automatic tank gauge. The 10,000-gallon duel fuel aboveground storage tank shall be connected to the automatic tank gauge and existing fuel pumps. A new pump shall be installed on each of the two 500-gallon aboveground storage tanks. The Period of Performance will be six months from receipt of the notice-to-proceed (NTP). 1.5 General Information 1.5.1 Quality Control Plan (QCP): Submit for approval a QCP to the Contracting Officer (KO) not later than 30 calendar days after contract award. The QCP shall be a system for identifying and correcting deficiencies in the quality of work before the level of performance becomes unacceptable and/or the Government inspector's point out the deficiencies. This QCP is of paramount importance. Failure to submit a QCP to the KO for approval in accordance with the terms of these specifications will result in the withholding of all monies due the Contractor until such time as the Plan is received, reviewed, and approved. The QCP shall include, but is not limited to the following: 1.5.1.1 An inspection system that is tailored to the specific requirement(s) covered under the terms of the contract, and which covers all tasks specified in the contract specifications. The Contractor shall devise a checklist for use during the regularly scheduled and unscheduled QCP inspections. 1.5.1.2 Identification of all personnel who will be performing QCP inspections by name, title, and type of inspection each is authorized to perform. 1.5.1.3 A system to ensure that the Contractor's employees are notified of deficiencies found in their areas of responsibility; that the noted deficiencies are corrected (if possible); and that these employees are counseled/retrained as necessary to ensure that deficiencies do not recur. 1.5.1.4 A documentation system: The Contractor shall maintain a file of all inspections conducted by the Contractor or his/her employees, including the corrective actions taken. This documentation shall be made available to the Government during the term of the contract. A copy of the inspection reports shall be submitted to the KO or his/her representative upon request. 1.5.2 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). 1.5.3 Hours of Operation: The Contractor is responsible for conducting tasks, between the hours of 0800 and 1600, Monday through 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. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW 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. If the Contractor requires additional physical space to accomplish the tasks within the SOW that will inhibit personnel use of the adjacent wash rack facility (Building 123D), the Contractor may be required to provide services during evening, night, or weekend hours. 1.5.4 Place of Performance: The work to be performed under this contract will be performed at Arlington National Cemetery. 1.5.5 Post Award Conference/Periodic Progress Meetings: The Contractor shall attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO 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. 1.5.6 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 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 (KO). A person with authority to enter into, administer, andor 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 KO 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 WORK. Work that does not meet the standard of performance associated with the Statement of Work. 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. QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.7. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.8. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.9. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subContractor. 2.1.10. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.11. WORK WEEK. Monday through Friday, unless specified otherwise. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 General: The government will provide the facilities, equipment, utilities, and/or services listed below. 3.2 Utilities: The Government will provide all utilities for the Contractor's use in performance of tasks outlined in this SOW. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.3 Equipment: None PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS: 4.1. General: With the exception of items specifically identified as Government furnished in Part 3, the Contractor shall furnish all supplies, equipment, supervision, and materials necessary to perform the requirements of this contract. 4.2. Permits, Taxes, Licenses, Ordinances, and Regulations: The Contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees and applicable taxes, comply with municipal, state, and Federal laws, ordinances, rules and regulations applicable to the business carried on under this contract. 4.3. CONTRACTOR OWNED PROPERTY: 4.3.1. Condition of Property: All Contractor property shall be in an operable condition and meet all applicable Federal, state, local, and installation requirements for its operation. Equipment shall also have complete and intact design and safety features as if they were new excluding the appearance of fair wear and tear on the equipment. 4.3.2. Identification and Markings: 4.3.2.1. Equipment: All Contractor furnished equipment shall be inscribed, engraved, stamped, or otherwise permanently marked to identify it as Contractor Owned property. The method of marking and information shall be at the Contractor's discretion except that it shall minimally identify the name of the Contractor's concern. 4.3.2.2. Vehicles: The Contractor shall provide and maintain sufficient vehicles required to fulfill the terms of this contract. Contractor Vehicles shall bear the name of the Contractor's concern on both right and left side of the vehicle. Identification affixed to vehicles shall be in bold text letters not less than one half (1/2) inch in stock and not less than three (3) inches high. Color and style of text are at the Contractor's discretion providing the text is in clear and sharp contrast to the surrounding area. 4.3.2.2.1. All vehicles operated by Contractor employees shall be properly registered, insured, and operated by individuals possessing a valid driver's license. 4.3.2.2.2. All vehicles shall be in operable condition and meet the local, state, and Federal safety requirements. Vehicular equipment found to be unsafe or unable to function as designed shall be removed from the job site immediately. The cost of maintenance and repair of Contractor-owned vehicles shall be borne by the Contractor. 4.3.2.2.3. All vehicles shall be operated in accordance with applicable traffic regulations. 4.3.2.3. Operation: All Contractor-owned equipment shall be operated according to applicable Federal, state, local, and installation laws and regulations as they apply to the equipment. This includes the requirement that Contractor personnel shall be adequately trained and possesses all necessary licenses, certification, or other required documents to operate the equipment. 4.3.3. Condition of Leased Property: Each item of equipment or property furnished under this contract shall be of good quality and in safe operating condition. All equipment shall comply with Federal and state safety standards applicable to the equipment or property. The Government will accept or reject the item of equipment or property promptly after receipt. If the KO determines that any item of equipment or property furnished is not in compliance with the contract, the KO shall promptly inform the Contractor in writing. If the Contractor fails to replace the item of equipment or property or correct the deficiencies as required by the KO, the Government may, by contract or otherwise, correct the defect(s) or arrange for the lease of similar equipment or property and shall charge or set-off against the Contractor any excess costs incurred. 4.3.4. The Contractor shall provide all materials necessary for completion of tasks described herein. When not in use under the terms and conditions of the contract, Contractor owned equipment will not be stored on Government property without prior approval of the KO. PART 5 SPECIFIC TASKS 5. SPECIFIC TASKS: 5.1. The Contractor shall obtain all applicable Federal, state, and local permits prior to start of work. The contractor shall provide a copy of the permits to the COR prior to start of work. 5.2. The Contractor shall obtain two temporary aboveground storage tanks and transfer the fuel from each underground storage tank to the temporary aboveground storage tanks. The tanks shall be available for ANC's use during the POP of this SOW. 5.3. The Contractor shall clean and dispose of any residue/sludge in the tank in accordance with all applicable Federal, state, local, Department of Defense (DoD), and Army requirements. The Contractor shall provide a copy of any waste analysis and manifest/shipping paper to the COR within 10 days of disposal. 5.4. The Contractor shall remove the two underground storage tanks. The demolition shall be limited to the footprint of the existing concrete pad and the Contractor shall leave sufficient space to allow for the undisrupted use of the adjacent wash rack. If the Contractor is not able to limit the demolition footprint to allow for the undisrupted use of the wash rack, the Contractor must notify the KO and COR, and designated working hours may be adjusted as described in Section 1.5.3 of this SOW. 5.5. The Contractor shall properly dispose of the underground storage tanks in accordance with all applicable Federal, state, and local regulations. The Contractor shall provide a copy of any waste analysis and manifest/shipping paper to the COR within 10 days of disposal. 5.6. The Contractor shall take soil samples after removal of the tanks to determine if there was any leakage from the tanks. Submit the analytical soil sample results report to the COR within 10 days of completion. If the result of the soil samples show contamination, the Contractor shall provide a cost estimate for remediation of the affected area. 5.7. The Contractor shall backfill, with clean fill provided by the Contractor, the area where the underground storage tanks were removed and replace the concrete pad. 5.8. The Contractor shall procure one 10,000-gallon duel fuel (6,000-gallon and 4,000-gallon split), and two 500-gallon double-walled (concrete vaulted steel) aboveground storage tanks. The tanks shall be insulated secondary containment aboveground storage tank systems for flammable and combustible liquids, vehicle impact protected, projectile resistant, certified UL Standards 142 and 2085, and comply with the Uniform Fire Code and National Fire Protection Association (NFPA) 30 Code requirements. 5.9. The Contractor shall procure and install one automatic tank gauge. The automatic tank gauge shall be webenabled, leverage business inventory reconciliation technology, test tank and line tightness, capable of storing up to three years of data history, monitor tank and line interstitial spaces, include an overfill alarm, continuous inventory monitoring, programmable alarms, integral printer, and inventory probe with water detection and gasoline/diesel product floats. 5.10. The Contractor shall install a concrete foundation slab(s) for the aboveground storage tanks (either precast or cast-in-place). The concrete pad shall be designed as follows: (1) Support the tank plus the weight of the maximum amount of product the tank will store (2) Include a provision for draining surface water away from the tanks (3) Protect against seismic forces using earthquake restraints (4) One-inch total settlement maximum, -inch differential settlement maximum (5) Designed by a qualified design engineer and approved by ANC 5.11. The Contractor shall install and certify the three aboveground storage tanks and automatic tank gauge in accordance with manufacturer recommendations and in compliance with all Federal, state, local, DoD, and Army requirements. 5.12. The Contractor shall connect the 10,000-gallon aboveground fuel storage tank to the automatic tank gauge and pumps via combination aboveground and underground piping. The tank shall be equipped with leak detection, visual level indicators, anti-siphon valves, check valves, stage I vapor recovery for gasoline, inlet and outlet shutoff valves, line purging valve, spill box drain valve, overfill protection with automatic shut-off at 90%, overfill pans [seven- (7) gallon capacity minimum] constructed of powder epoxy-coated steel for each of the fill ports on each tank. Underground piping shall be double-walled, equipped with cathodic protection, and the outer wall made of a non-corrosive material. Aboveground piping shall be single-walled painted steel and all joints welded. A ladder shall be installed on the tank to facilitate inspection and fueling. A fill pipe shall be installed for each internal tank to facilitate fueling at ground level. Normal and emergency vents shall be UL listed and corrosion resistant. 5.13. The Contractor shall install a transfer pump on each of the two 500-gallon aboveground storage tanks (used antifreeze and used oil) that will transfer the contents of a container (e.g., drum, tote, etc.) into the tank. 5.14. The Contractor shall ground the tanks and all metal appendages (including ladders) to meet NFPA 30 Code requirements. 5.15. The Contractor shall ensure all materials used are compatible with diesel, gasoline, used oil, and used antifreeze. 5.16. The Contractor shall ensure that product labels and directional arrows are installed on all aboveground piping, and product labels are installed on all tanks so they are clearly visible to facility users. 5.17. The Contractor shall certify that every component of each aboveground tank functions properly. 5.18. The Contractor shall install bollards IAW NFPA 30A to protect aboveground storage tanks from vehicular traffic. 5.19. The Contractor shall install a curbed concrete secondary containment spill apron adjacent to the tanks (Apron 1) and one adjacent to the pumps (Apron 2). The spill aprons shall be designed as described in Section 5.10 of this SOW and be equipped with a trench drain and manual valve to allow for drainage of accumulated precipitation. The curbed concrete secondary containment spill aprons shall be 144 inches wide, 240 inches long, and 6 inches tall. The spill aprons shall be epoxy-coated to render them impermeable. 5.20. The Contractor shall submit a final specification report (including as-built drawings, maps, and photos) for the new tank system to the COR within 10 days upon project completion. As-built drawings shall be drawn to scale and indicate the following: (1) Tank size, dimensions, and spacing between adjacent tanks (2) Foundation slab dimensions and bollard locations and size (3) Vent size and location, including height and type of cap (4) Fill details (including spill and overfill protection) (5) Piping details (including shutoff and anti-siphon valves) (6) Pumps and dispensing equipment (location, size, type) (7) Electrical details (including shutoff switch location, grounding wire) (8) Level gauges and leak detection equipment (9) Signs and decals 5.21. The Contractor shall submit the manufacturer's warranty, catalog, and drawings for all equipment, and provide a workmanship warranty to the COR within 30 days upon project completion. 5.22. The Contractor shall complete and submit Form 1354, Transfer and Acceptance of DoD Real Property, to the COR within 30 days of project completion. 5.23. The Contractor shall be responsible for maintaining the storage tank area for cleanliness during removal, disposal and installation. All debris shall be removed as work is completed and the premises shall be kept free at all times from accumulation of waste material and rubbish resulting from work performed under this contract. The premises shall be subject to inspection by the KO, COR and/or designated representative(s). The contractor shall be responsible for correcting any violations cited. PART 6 OTHER CONTRACTOR RESPONSIBILITIES 6. OTHER CONTRACTOR RESPONSIBILITIES: 6.1. SAFETY. The Contractor is solely liable for ensuring safe work and otherwise safe actions, behavior, and conduct while in the cemetery. It is understood the contractor is solely responsible for following all applicable Federal and State of Virginia mandates and guidelines. The Contractor shall have a company safety plan applicable to the work at Arlington National Cemetery. The plan shall be submitted to the ANC Safety Officer [Keith Wharton; Phone: (703)-614-0544; e-mail keith.e.wharton.civ@mail.mil] for approval within seven (7) days after contract award. The plan shall be available for review upon request by the government. Contractor shall have a designated safety representative who shall meet bi-weekly with the COR and the safety manager of Arlington National Cemetery. All ANC safety manager-identified safety violations shall be reported to the COR for the contractor Superintendent's disposition. In cases of life safety, the ANC safety manager may act independently to mitigate the safety hazard and report to the COR when practical. In all cases of life safety issues, the contractor Superintendent must report actions taken by the contractor to the COR within one (1) hour; the COR must subsequently report the issue to the executive director, ANC IAW executive director critical incident report procedures and the ANC safety manager. In all other cases, the contractor Superintendent must report the safety issue to the ANC safety manager within eight (8) hours of the incident. Initial reporting may be done telephonically. Subsequently, all reports must be provided in writing within a time period to be determined by the ANC safety manager IAW Army regulation. 6.2. ENVIRONMENTAL PROTECTION AND COMPLIANCE. The Contractor shall comply with all applicable regulations (Federal, Executive Orders, state, local, DoD, Army and installation) and policies governing the performance of this contract. Lack of knowledge shall in no way be a cause for relief from responsibility or constitute a defense against the legal effects thereof. The contractor is responsible for identifying applicable requirements and hold required certifications. Fines, penalties, and supplemental environmental project costs resulting from Contractor operations or inactions will be paid by the Contractor. 6.2.1. The Contractor shall develop and submit to the COR an environmental compliance plan within 14 days after contract award to comply with all Federal and state laws and regulations regarding environmental protection and enhancement, including 40 Code of Federal Regulations (CFR), Protection of Environment; Army Regulation (AR) 200-1, Environmental Protection and Enhancement; and other contract requirements for clean air and water, toxic substances control, pollution control, and resource conservation and recovery. The environmental compliance plan shall include a construction and demolition waste management and diversion plan, and include requirements for data reporting in accordance with AR 420-1, Army Facilities Management. The ANC Environmental Protection Specialist will review and approve the compliance plan prior to start of work. All environmental protection matters or questions shall be coordinated with the KO. 6.2.2. Material Safety Data Sheets (MSDS). The Contractor is responsible for advising its employees of all Environmental and Hazardous Materials handling and is required to have and maintain MSDS for all materials used by the Contractor in accordance with Federal and state laws and/or regulations. Refer to AR 200-1, Army Environmental Program, and Occupational Safety and Health Administration (OSHA) requirements. The MSDS shall be readily available to employees and the KO or designated representative. The Contractor shall ensure employees are trained in the proper handling of hazardous materials. 6.2.3. The Contractor shall use Contractor-obtained environmentally preferred products for the performance of this contract. The Contractor shall provide the KO or designated representative with a listing of hazardous materials, quantities to be used, and copies of applicable MSDS. All hazardous materials shall be stored IAW requirements in the MSDS and Installation Fire, Safety and Environmental regulations. 6.2.4. Miscellaneous Hazardous Waste. If this contract results in generation of hazardous materials/waste, the Contractor shall comply with the Environmental Management System, Environmental Protection Agency, VA Department of Environmental Quality (VADEQ) and all other local environmental rules and regulations regarding use, storage and disposal of generated wastes. The Contractor shall properly manifest and timely dispose all hazardous waste generated in accordance with VADEQ Laws and Regulations. The Contractor shall contact the COR for clarification. Contractors who generate hazardous waste at ANC are responsible for proper disposal of the waste. The Contractor shall sign the transportation manifest and provide a copy of the signed manifest to the ANC Environmental Manager. Hazardous materials partially used and remaining at the end of the contract shall be retained by the contractor and removed from the installation. 6.2.5. Environmental Spills. 6.2.5.1. The Contractor shall submit a spill response plan to the KO within 14 days after contract award. Upon approval, the plan will be made available to all employees, emergency response teams and local emergency personnel. Contractor shall initiate cleanup action of any spill immediately upon discovery. Contractor shall immediately report any spills or releases of any hazardous material or hazardous substance on the installation that cannot be safely or effectively stopped and cleaned by the Contractor to the Emergency Service call center by phoning 911. The Contractor shall immediately notify the COR of any spill regardless of the amount or substance. 6.2.5.2. The Contractor shall be solely responsible for any spills or releases which occur as the result of the actions of its agents and/or personnel during the performance of this contract. When possible, emergency response to prevent eminent danger to human health and the environment will by provide by the Fort Myer Fire Department. Contractor shall clean any spill or release to the satisfaction of the government in a manner that complies with applicable Federal, state, and local laws and regulations. Clean up shall be at no cost to the government. 6.2.6. Environmental Management System (EMS) Conformance. 6.2.6.1. ANC has implemented an Environmental Management System (EMS) to proactively deal with the environmental impacts of its processes, activities, and services. ANC uses the ISO 14001:2004 as the standard for its EMS. All Contractors performing work at ANC must be aware of and understand ANC's Environmental Policy. Contractors are also responsible for ensuring all subcontractors hired on their behalf are aware of and understand ANC's Environmental Policy. The Contractor is also responsible to ensure that all goods and services used by the Contractor do not deviate from ANC's Environmental Policy, objectives and targets. 6.2.6.2. In the event of non-compliance with ANC's legal or other requirements or non-conformance with the installation EMS, the Contractor is required to take immediate corrective action, perform a root-cause analysis of the non-compliance/non-conformance and develop preventive action to keep the non-compliance/non-conformance from recurring. In addition the Contractor shall ensure their employees are aware of their roles and responsibilities with regard to the EMS and how these requirements affect the work performed under this contract. PART 7 APPLICABLE PUBLICATIONS 7. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 7.1. The Contractor must abide by all applicable regulations, publications, standards, manuals, and local policies and procedures, including, but not limited to: 40 CFR Part 112, Oil Pollution Prevention 40 CFR Parts 260 through 279 29 CFR Parts 1910 and 1926, Occupational Safety and Health Administration General Industry and Construction Standards 16 Virginia Administrative Code (VAC) 25, Safety and Health Codes Board 9VAC25-91, Facility and Aboveground Storage Tank (AST) Regulation 9VAC25-580, Underground Storage Tanks: Technical Standards and Corrective Action Requirements 13VAC5-51, Virginia Fire Protection Code Army Regulation 200-1, Environmental Protection and Enhancement, 13 Dec 2007 Army Regulation 420-1, Army Facilities Management, 12 Feb 2008 VA Storage Tank Guidance and Regulations, http://www.deq.state.va.us/Programs/LandProtectionRevitalization/PetroleumProgram/GuidanceRegulations.aspx Arlington County Code Chapter 8, Fire Prevention ASTM International: o ASTM A53-07: Standard Specification for Pipe, Steel, Black and Hot-dipped, Zinc-coated, Welded and Seamless o ASTM A234-07: Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service National Fire Protection Association (NFPA): o NFPA 30: Flammable and Combustible Liquids Code o NFPA 30A: Code for Motor Fuel Dispensing Facilities and Repair Garages o NFPA 31: Standard for the Installation of Oil-burning Equipment o NFPA 780: Standard for the Installation of Lightning Protection Systems Petroleum Equipment Institute (PEI): o PEI RP 200-03: Recommended Practices for Installation of Aboveground Storage Systems for Motor Vehicle Fueling Underwriters Laboratory (UL): o UL 142: Standard for Safety Steel Aboveground Tanks for Flammable and Combustible Liquids o UL 244: Systems Listing for Motor Vehicle Fuel Dispensing o UL 567: Pipe Connectors for Flammable Liquids and Combustible Liquids and LP-Gas o UL 842: Valves for Flammable Fuels o UL 913: Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, II, and III, Division 1, Hazardous Locations o UL 1709: Safety Rapid Rise Fire Tests of Protection Materials for Structural Steel o UL 2085: Standard for Safety Protected Aboveground Tanks for Flammable and Combustible Liquids
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e07709850dc366ed6fdc5ff389aa9b8)
- Place of Performance
- Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
- Zip Code: 22060-5116
- Zip Code: 22060-5116
- Record
- SN02967754-W 20130119/130117234610-2e07709850dc366ed6fdc5ff389aa9b8 (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 |