SOLICITATION NOTICE
F -- Fuel Underground Storage Tank Annual Maintenance and Emergency Repair Work, Oahu, Hawaii.
- Notice Date
- 1/15/2014
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, ACQUISITION DEPARTMENT, 400 Marshall Road, Pearl Harbor, Hawaii, 96860-3139, United States
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478-14-R-2431
- Archive Date
- 3/16/2014
- Point of Contact
- Julie M Shimoda, Phone: (808) 471-1563
- E-Mail Address
-
julie.shimoda@navy.mil
(julie.shimoda@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Fuel Underground Storage Tank Annual Maintenance and Emergency Repair Work, Oahu, Hawaii. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Annual Maintenance of Leak Detection and Monitoring Systems and Emergency Repair Work for underground storage tank (UST) facilities at various locations throughout Hawaii by means of a combination Firm Fixed-Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) contract. The work includes but is not limited to performance of annual maintenance and functional/operational tests of leak detection and monitoring systems for underground storage tanks (USTs) and emergency repair IDIQ work of the UST systems and UST leak detection monitoring systems to maintain compliance with Government regulations. Specific annual maintenance shall include, but not necessarily limited to the following: Check leak detection system console and ensure it is working properly according to manufacturer's recommendations and checklists; verify that in-tank tests are being performed as required; verify that all indicator lights are installed and working properly; verify that all audible alarms are working properly; verify that the system has an adequate supply of printer paper; verify that all sensors and probes are properly installed and working; run diagnostic check on all sensors and probes; verify all spill prevention equipment (spill buckets) are liquid tight; ensure that drain devices on all installed spill prevention buckets are working properly; ensure that if installed, all overfill probes, sensors, and alarms are working properly. Specific emergency repair IDIQ work to be performed shall include, but not necessarily limited to the following: Cleaning and resealing sump covers, repairing fill sumps, replacing automatic line leak detectors, replacing annular sensors, replacing bad wiring, replacing overfill alarm acknowledgment switches, replacing overfill alarm light bulbs, replacing tank probes, troubleshooting fuel alarms, installing universal sump retrofit covers, replacing co-axial overfill prevention tube with standard overfill prevention tube, replacing overfill tube, replacing piping sump sensor, replacing J-well sensor, performing vacuum test, removing water from annular space, removing/disposing liquid from sump, replacing sensor junction box, replacing underground wiring, troubleshooting and repairing spill bucket, troubleshooting sensor out alarms, replacing coaxial drop tube with regular drop tube; installing riser pipe for vapor recovery. Provide assistance as needed with Department of Health UST inspections. Provide knowledgeable individual to be present at DOH inspections who is able to demonstrate all leak detection equipment used and provide access to such equipment. The NAICS Code for this procurement is 541380 and the annual size standard is $14,000,000.00. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical and price proposal for evaluation by the Government. Proposal receipt date is approximate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N62478-14-R-2431/listing.html)
- Place of Performance
- Address: Oahu, Hawaii, Pearl Harbor, Hawaii, United States
- Record
- SN03267944-W 20140117/140115233932-8eab31f862d4ef8e03a13b348757e35b (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 |