Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
SOLICITATION NOTICE

R -- Gas Line Survey - Package #1

Notice Date
1/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R31A2347A001-Gas_Line_Survey
 
Archive Date
2/19/2013
 
Point of Contact
Sean A. Williams, Phone: 3256961086
 
E-Mail Address
sean.williams2@dyess.af.mil
(sean.williams2@dyess.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum to the Solicitationn Performance Work Statement Solicitation 1449 Document The Period of Performance has been set for 30 days upon the issuing of a Notice to Proceed. 1. DESCRIPTION OF SERVICES: The work covered by this project consists of the contractor surveying and inspecting/testing the natural gas pipelines in and around Dyess AFB, to include the housing area surroundings. 1.1 The contractor shall supply all materials, equipment, machines, tools, appliances, services, supplies, and incidentals necessary to perform all operations in connection with the natural gas survey/inspection and all components with it, located on Dyess AFB, Texas. The total gas lines to be surveyed measure approximately 272,815 linear feet: 137,423 linear feet servicing base buildings and 135,392 linear feet servicing military family housing. 1.1.1 The contractor shall be certified by the state of Texas to conduct the gas leak survey and inspections. 1.1.2 The contractor shall be responsible for surveying and inspecting both above ground and below ground, natural gas pipelines to include distribution system mains, service laterals, and service risers in and around Dyess AFB, to include the housing area surroundings. 1.1.3 The contractor shall complete the gas leak survey in accordance with Pipeline and Hazardous Materials Safety Administration (PHMSA), Federal regulations and the Railroad Commission of Texas, state regulations. 1.1.4 The contractor shall ensure all safety requirements are met in compliance with local, state, and federal laws for all equipment, electrical, materials, tools, labor, and rentals, in conjunction with the natural gas testing. 1.1.5 The contractor shall be required to provide a leak inspection/ location report sheet for each identified leak that contains the following items listed from section 1.1.5.1 through 1.1.5.10. 1.1.5.1 Drawings of leak locations shall also show cross references such as buildings, roads, and isolation valves. 1.1.5.2 Type of detection performed (visual, smell, flame pack, etc.) 1.1.5.3 Location where gas is collecting shall be annotated (corner of building, valve box, man hole, etc.) 1.1.5.4 Probable source of gas leak (isolation valve leaks, union on gas meter, service tap, etc.) 1.1.5.5 Type of soil that the natural gas is leaking through (rocks, clay, sand, etc.) 1.1.5.6 Vented Combustible Gas Indicator (C.G.I.) test (Gas%, Lower Explosive Limit (L.E.L.) %, or Parts per Million (PPM)) 1.1.5.7 System pressure type (Low, High, etc.) 1.1.5.8 Ground surface type (paved, grass, soil, etc.) 1.1.5.9 Type of pipe and pipe size 1.1.5.10 Leak class (Class I, II, and III. Class I being an immediate health hazard) 1.1.6 The contractor shall report any Class 1 leaks immediately to the contracting officer representative (COR). 1.1.7 The contractor shall be responsible for determining the exact quantities and types of materials required. A material submittal is required, and work shall not commence until the material submittal is approved by the government. 1.1.8 The contractor shall be responsible for providing proof of current calibration of his detection equipment; i.e., flame ionization detector, photo ionization detector, etc. All documentation must be provided to the contracting officer (CO) and COR prior to commencement of work. 1.1.9 The contractor shall be responsible for gathering, compiling and printing data to be turned into COR when all work is done. 1.1.10 The contractor is responsible for verifying all quantities before submittal to COR. 1.1.11 The contractor shall be responsible for any damage to government property caused by his equipment or employees, or as a direct result of their actions, during the performance of the work identified by this performance work statement. 1.1.12 The contractor shall have 30 days to complete the work required by this contract and submit the final inspection report/associated drawings/documentation. 1.2. An AF Form 103 "BASE CIVIL ENGINEERING WORK CLEARANCE REQUEST" shall be completed by the contractor and approved prior to start of work; furthermore, the document must be renewed every 30 days until the completion of the contract. The contractor shall submit a request for any water or utility outage to the Contracting Officer and 7 CES QA at least ten (10) calendar days before scheduled outage. The contractor will provide material submittals, O & M manuals or cut sheets and scaled red lined drawings indicating the location of any leaks detected and annotation of any deviation encountered from the as-built that we provide.   2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold Perform a natural gas survey and inspection of all pipelines in and around Dyess AFB. 1.1 100% of services completed Provide leak inspection/location report and associated drawings/documents. 1.1.5 and 1.2 100% of services completed 3. HAZARDOUS CONDITIONS. During the course of performing work under this contract, should the contractor find conditions existing that prevent the performance of task specified; the Contracting Officer shall be immediately notified. A confined-space permit must be obtained through the proper authorities before entering any confined space. 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide a reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor will provide all equipment and storage media necessary to perform tasks. 4.1. Toilet Facilities. Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times. 4.2 Security Police and Fire Protection. The government will provide general on-base security police and fire protection service. Security police phone extension is 696-2131 for emergencies, and 696-4100 for routine calls. Fire protection emergency phone is 117 (from on-base phone only), or 696-2486. 4.3 Telephone. The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized. 4.4 Drawings. The government will provide one complete set of as-built drawings of the gas distribution system for the contractor's use. 5. HOURS OF OPERATION. Working hours for the contractor will normally be between the hours of 7:30 AM and 4:30 PM excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 6. SAFETY AND HEALTH. All holes/pits/trenches/manway openings, etc, that are to be left open shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole. 6.1. OSHA Requirements. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96. 6.2. State Requirements. All companies who conduct business within the state of Texas must, in accordance with Texas Workman Compensation laws (Texas House Bill 62), have an approved company safety policy and an Accident Prevention Plan. The plan, approved by the Texas Workman Compensation Commission (TWCC), shall be submitted For Information Only (FIO) in accordance with paragraph SUBMITTAL REQUIREMENTS. In addition to meeting the TWCC requirements; the plan must also include the requirements of COE Safety Manual 385-1-1. 6.3. UPC Requirements. All installation of fittings, valves or piping on the base water supply system shall conform to current UPC, TCEQ and AWWA standards. 6.4. Burn Permit. Contractor shall obtain required advance approval for any process that includes welding, soldering, brazing, cutting with or use of a torch, or any other operation that involves a flame or equipment that produces a high degree of heat. Approval must be requested 24 hours in advance via an AF Form 592. Assigned QAE will assist in filling out and processing the AF Form 592 when/if required. Operations shall not commence until the Dyess Fire Department approves the AF Form 592 and assigns a control number. Contractor shall put a fire watch in place and shall have appropriate fire extinguishers on-site at the location of the work. Contractor shall coordinate work start to allow an on-site inspection by Dyess Fire Prevention personnel prior to any portion of the work that requires the AF Form 592. 7. Disposition of Waste, Excess, Scrap, and Salvage Materials. The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor to include asbestos containing material and lead joints - unless specifically excepted below. Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations. Following is a list of materials (Exceptions) that will be generated as a result of this contract and can be turned-into the Government at a location at Dyess AFB designated by the Contracting Officer: Exceptions: None. 8. Radiation Permits and Authorizations. Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Dyess AFB Radiation Safety Officer (RSO), 7 ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Dyess AFB must be forwarded to 7 ADOS/SGGB, 697 Hospital Road, Dyess AFB, TX 79607-1367 (this is mailing address, physical address is 880 Third St.) or (915)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors will not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (7 ADOS/SGGB) a copy of contractor's radioactive materials permit and training certificates, if radioactive material will be brought onto Dyess AFB. 9. Security Requirements. 9.1. Levels of Security. Dyess AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Dyess AFB in question. 9.1.1. The lowest level of security exists in "GENERAL ACCESS" areas. These areas are all of Dyess AFB outside of the "USAF Controlled" and "USAF Restricted" areas. 9.1.2. "USAF Controlled" access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. 9.1.3. The highest level of security on Dyess AFB is that within the "USAF RESTRICTED AREAS". These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a "USAF RESTRICTED AREA" shall be submitted at least 7 calendar days in advance for approval and coordination of Dyess AFB Security Forces. 9.2. Closed Base. Dyess AFB is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer will provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. 9.2.1. Dyess Form 173. The Dyess AFB Form 173 is subject to the privacy act of 1974, Authority: 10 U.S.C. 8012 and 5 U.S.C. 552a(b)(7). Disclosure is Mandatory: Failure to provide the information and Social Security Number (SSN) could result in denied access to the Dyess AFB installation. 9.2.1.1. Effective 1 Nov 04, a completed signed original Dyess Form 173 (Mar 04) must be delivered to Pass & ID by 0900 on the duty day prior to the desired day of entry onto Dyess AFB. The Visitor Control Center no longer issues temporary passes to contractor personnel unless they have already been previously identified on an executed Dyess Form 173. All information on the Dyess Form 173 must be typed and the authorizing signature must be in blue or black ink. Personal information provided on the Dyess Form 173 will be cross-referenced against state and federal criminal databases to identify those individuals possessing outstanding warrants. Those individuals with outstanding warrants will be detained at the Visitor Control Center on the desired day of entry, and turned over to Abilene Police Department. 9.2.1.2. The approving authority (individual on the 577) can make "ink changes" in red ink to correct any errors noted on the form. All changes have to be initialed by the approval authority. 9.2.1.3. All individuals with Dyess Form 173's will still continue to be processed via the Texas Law Enforcement Terminal System (TLETS-police wants/warrants check). Once it is determined the individual is cleared from any wants or warrants, a copy of the Dyess Form 173 will be placed at the Tye Gate entry point. The Tye Gate Guard will use this form as an Entry Authority List (EAL) allowing contractors onto the installation. The contractor will then be able to go to the Gate directly (not the Visitor Control Center (VCC) or Arnold Gate) and verify if their Dyess Form 173 is there. Should their Dyess Form 173 not be there, they will be directed to the VCC for issuance of an AF Form 75. At this time, someone will physically have to meet them to sponsor them onto the installation. (Reasons why the form would not be at the guard shack would be erroneous driver's license number, erroneous information, warrant, or identified as illegal alien). 9.2.1.4. Should their Dyess Form 173 be at the Tye Gate entry point, the contractor will be told to proceed directly to the Pass and Registration Section for the 7 SFS Contractor Badge issue. The Pass Section will have the original Dyess Form 173. Once a badge is obtained, they need only show the badge at the installation gate for entry onto the installation. Please note that neither the Security Forces Control Center nor the Tye Gate Guards will check the Dyess Form 173 for errors. This is the responsibility of the Pass and Registration Section. 9.2.1.5. The Dyess Form 173 will be maintained at the Tye Gate entry point for 48 hours (two business days). After the specified time has expired, it will be destroyed. Should the contractor not process through Tye Gate in that 48-hour period, the contractor will require someone to physically vouch them on base to get a one day pass at the VCC so they may proceed to the Pass and Registration office for their badge. The hold period for these forms at the gate can and will be extended should rain days occur or through prior coordination with any affected agency. 9.2.2. Trusted Agent Letter for Day Labor Requests. 9.2.2.1. Purpose of Letter: To provide sponsoring authority to specific contractor individuals as identified by their sponsoring agency (7 CONS, Army Corp of Engineers, etc) to sponsor day laborers on for one day periods. 9.2.2.2. The Letter Process: 9.2.2.2.1. The sponsoring agency, in coordination with their contractor, will identify contractor individuals that require sponsoring/vouching authority. This authority is given to the contractor for the purpose of sponsoring day laborers/job site personnel sub-contracted as a result of an unexpected or new requirement not previously identified in the current contract. This authority will not be given to contractors for convenience only, but should be limited to the smallest group of manager or foreman contractor personnel needed to complete their assigned contract. It is the responsibility of the sponsoring agency to ensure the Trusted Agent Letter remains current. Additionally, all reasonable actions should occur to prevent use of this process when a known laborer/sub-contractor was required well in advance of the day labor/sub-contractor request. (Effective Date: Immediately) 9.2.2.2.2. The sponsoring agency will provide this letter to the Pass and Registration Section who will maintain it on file. The Pass and Registration section shall post a copy of the letter at the VCC, as a reference, to verify which contractor personnel have sponsoring/vouching authority. 9.2.2.3. The Process to get Day Labors/Job Site Personnel Sub-Contracted onto the Installation: 9.2.2.3.1. The contractor individuals identified in the Trusted Agent Letter will provide a typed or hand-written form (form will be provided by the 7 SFS) with all individuals they will sponsor onto the installation to the VCC Guard. The VCC Guard will verify the identity of all individuals on the form by checking the information against a valid State/Federal Identification card. The VCC Guard will randomly check a percentage of the individuals via the TLETS. Should any individual not possess a valid identification card, they will be turned away at the VCC and entry to the installation denied. Pen and ink changes can be made to the form, but all information must be validated by the guard before the contractor will be allowed to proceed onto the installation with the sponsored individuals. No AF Form 75/Visitor Pass will be issued to any individual who is sponsored by the Trusted Agent Contractor, unless the sponsored individual will be driving a vehicle onto the installation. Trusted Agent Contractors are encouraged to consolidate all sponsored individuals into the smallest number of vehicles as possible to avoid the issuance of multiple AF Form 75. Should an AF Form 75 be issued, the driver will be required to produce a valid driver's license, current insurance card, and current registration for the vehicle being operated. Once on the installation, the Trusted Agent Contractor will be responsible for the actions of the sponsored individuals. Should an incident occur with a sponsored guest, and negligence be proven on the part of the Trusted Agent Contractor, their vouching/sponsoring authority will be revoked. The Trusted Agent Letter can be adjusted to add and delete names of Trusted Agent Contractors as needed, as long as the provisions of this paragraph are followed. Although the 7 SFS form is used in lieu of the AF Form 75, it carries the same authority and responsibilities. Additionally, the 7 SFS Form will expire at 0001 daily or at the end of the contractor duty day, whichever occurs first. At no time will the Trusted Agent Contractor depart the installation and leave any of his/her sponsored individuals with another contractor that does not have the same vouching/sponsoring privileges. 9.2.2.3.2. All contractors must attend a contractor briefing given to the contractors by Pass and Registration who will provide a more detailed explanation regarding contractor badges and their uses. Pass and Registration reserves the right to not issue a contractor badge due to erroneous information or failure to disclose information on the Dyess Form 173. Any derogatory information received from the background check will result in the non-issuance of the contractor badge. 10. Identification of Contractor Vehicles. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage.   11. Other Vehicle and Licensing Requirements: 11.1 All contractor employees who will be driving a vehicle on Dyess AFB shall have a current driver's license with them at all times while on Dyess AFB. 11.2 All contractor vehicles to be operated on Dyess AFB will have a valid state registration, vehicle inspection, and insurance. Proof of registration and vehicle insurance must be physically available at all times while the vehicle is on Dyess AFB. 11.3 Any contractor employee who will be operating heavy equipment or specialized equipment that requires a license or certification shall be so licensed/certified with proof presented to the Contracting Officer's representative and 7 CES COR prior to work start. Addendum 1. The requested survey is a gas-line survey only. It does not include cathodic protection or any other utility line. 2. The contract does include testing of the gas regulators for any leakage 3. There are two gas meter systems: one is located at the Tye Gate on the north end of the base and the second is one-half mile south of the Arnold Gate near the main entrance to the base. 4. The gas piping is plastic or polyurethane 5. Digging permits are required for any ground penetrations deeper than 6-inches that are done using equipment. Hand digging with a shovel can be done up to 18 inches without a digging permit. 6. Past survey records are available for contractor review. 7. The most recent gas line maps are dated 2005, but they have been updated by contractors who have replaced gas lines over the past several years. 8. The operating pressure of the distribution system is 40 psi. 9. The contract does not require the contractor to repair any detected leaks. The contract requires any detected leaks to be referred to the base Civil Engineer Squadron for their follow-on action and response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R31A2347A001-Gas_Line_Survey/listing.html)
 
Place of Performance
Address: Dyess AFB, Abilene, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02973659-W 20130130/130128234224-a8ed02ac3b86b2f8d529788af3c51a72 (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.