SOLICITATION NOTICE
J -- Provide regulatory compliance testing; repair; and maintenance of underground and above ground storage tanks.
- Notice Date
- 4/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424720
— Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0432
- Response Due
- 4/28/2014
- Archive Date
- 6/20/2014
- Point of Contact
- Linda Reynolds, 443-861-4743
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(linda.j.reynolds.civ@mail.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Contracting Command, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD intends to issue a Competitive quote mark Small Business quote mark award. This acquisition shall is to provide all regulatory compliance testing; repair and maintenance of the underground and above ground storage tank (UST and AST) systems to be performed in accordance with the requirements of Code of Maryland regulations (COMAR) 26.10 and the attached Statement of Work for the US Army Aberdeen Test Center (ATC). Solicitation number W91ZLK-14-T-0432 is issued as a request for proposal (RFP). The Federal Acquisition Circular FAC 2005-55. This associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $12.0 million. Request for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. The intention is to issue a single award at the discretion of the Government. Provide a price per CLIN. Interested parties may identify their capabilities by responding to this requirement, not later than 08:00 a.m. Eastern Standard Time (EST) on 28 April 2014. Period of Performance: TBD following contract award. This acquisition will be made using Wide Area Work Flow (WAWF). All information submitted should support the offerors capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerors bona fide capability to provide these item(s). Verbal responses are not acceptable and will not be considered. Responses shall be submitted to the point of contact Linda Reynolds via e-mail at linda.j.reynolds.civ@mail.mil. CLIN 0001: FFP, Services; 1 Job @ $___________ Base Year - period of performance to be determined upon award The contractor shall provide all regulatory compliance testing; repair and maintenance of the underground and above ground storage tank (UST and AST) systems to be performed in accordance with the requirements per the Code of Maryland Regulations (COMAR) 26.10 and the attached Statement of Work (SOW). Equipment & Location listed within the Statement of Work (SOW). CLIN 0002: Maintenance & Repair; 1 quote mark Job quote mark @ $____________ BASE YEAR PERIOD OF PERFORMANCE: to be determined at time of award The contractor shall provide repair and maintenance services for the UST & AST systems. Based upon the requirements of COMAR 26.10.06, installation, repair, removal and/or inspection of the underground and above ground storage tank (UST and AST) systems and requires a certified individual to be present during all phases of work at the regulated tank systems. CLIN 0003: Accounting for Contract Services CLIN 1001: Services; quote mark OPTION quote mark ; 1 quote mark Job quote mark @ $___________ OPTION YEAR ONE (1) PERIOD OF PERFORMANCE: to be determined at time of award The contractor shall provide all regulatory compliance testing; repair and maintenance of the underground and above ground storage tank (UST and AST) systems to be performed in accordance with the requirements per the Code of Maryland Regulations (COMAR) 26.10 and the attached Statement of Work (SOW). Equipment & Location listed within the Statement of Work (SOW). CLIN 1002: Maintenance & Repair; quote mark OPTION quote mark ; 1 quote mark Job quote mark @ $___________ OPTION YEAR ONE (1) PERIOD OF PERFORMANCE: to be determined at time of award The contractor shall provide repair and maintenance services for the UST & AST systems. Based upon the requirements of COMAR 26.10.06, installation, repair, removal and/or inspection of the underground and above ground storage tank (UST and AST) systems and requires a certified individual to be present during all phases of work at the regulated tank systems. CLIN 2001: Services; quote mark OPTION quote mark ; 1 quote mark Job quote mark @ $___________ OPTION YEAR TWO (2) PERIOD OF PERFORMANCE: to be determined at time of award The contractor shall provide all regulatory compliance testing; repair and maintenance of the underground and above ground storage tank (UST and AST) systems to be performed in accordance with the requirements per the Code of Maryland Regulations (COMAR) 26.10 and the attached Statement of Work (SOW). Equipment & Location listed within the Statement of Work (SOW). CLIN 2002: Maintenance & Repair; quote mark OPTION quote mark ; 1 quote mark Job quote mark @ $___________ OPTION YEAR TWO (2) PERIOD OF PERFORMANCE: to be determined at time of award The contractor shall provide repair and maintenance services for the UST & AST systems. Based upon the requirements of COMAR 26.10.06, installation, repair, removal and/or inspection of the underground and above ground storage tank (UST and AST) systems and requires a certified individual to be present during all phases of work at the regulated tank systems. PERFORMANCE STATEMENT OF WORK FOR THE UST & AST COMPLIANCE TESTING & THE REPAIR SERVICES FOR ATC Contract Period of Performance: Base Year Period of Performance: to be determined upon date of award Option Year One Period of Performance: to be determined upon date of award Option Year Two Period of Performance: to be determined upon date of award Scope of Work: Contractor will be responsible for providing any necessary regulatory compliance testing and repair for all underground storage tanks (USTs), aboveground storage tanks (ASTs), and oil-water separators on Aberdeen Test Center (ATC). As of 01 DEC 2013, ATC owned or operated the following USTs and ASTs: UST's: Perryman Test Area (PTA): Three 10,000 gal USTs (located in Aberdeen Area APG) Munson Test Area (MTA): Four 10,000 gal USTs (located in Aberdeen Area APG) Churchville Test Area (CTA): Three 10,000 gal USTs (located on APG property in Churchville, MD) Phillips Army Airfield (PAAF): One 25,000 gal USTs (located in Aberdeen Area APG) AST's Requiring Compliance Testing: Generator Test Site (GTS): Three 10,000 gal ASTs (located in Aberdeen Area APG) Boat Dock (BD): One 10,000 gal AST (located in Aberdeen Area APG) Henry Field (HF): One 1500 gal AST and Two 2000 gal (located in Edgewood Area APG) Approximately 80 ASTs ranging in size from 125 gal to 5000 gal located throughout ATC which do not require compliance testing. These ASTs are located in the Aberdeen and Edgewood Areas of APG, as well as the Churchville Test Area in Churchville, MD. Oil Water Separators: 12 (located in the Aberdeen and Edgewood Areas of APG and Churchville Test Area, Churchville, MD) SECTION 1. REGULATORY COMPLIANCE TESTING General. All regulatory compliance testing for UST and AST systems must be performed in accordance with the requirements of Code of Maryland Regulations (COMAR) 26.10. Systems that require compliance testing are as follows: UST's: Perryman Test Area (PTA): Three 10,000 gal USTs (located in Aberdeen Area APG) Munson Test Area (MTA): Four 10,000 gal USTs (located in Aberdeen Area APG) Churchville Test Area (CTA): Three 10,000 gal USTs (located on APG property in Churchville, MD) AST's: Generator Test Site (GTS): Three 10,000 gal ASTs (located in Aberdeen Area APG) Boat Dock (BD): One 10,000 gal AST (located in Aberdeen Area APG) Henry Field (HF): One 1500 gal AST and Two 2000 gal (located in Edgewood Area APG) Regulatory Compliance Items. At a minimum, the following regulatory tests must be conducted. This list may be revised if state or federal regulations change during the course of the contract. Table of test requirements. Table provides a list of regulatory compliance testing, the number of systems requiring the test (with location in parentheses), and the year(s) during this contract that the test is currently due (with month in parentheses). Costs for these tests should be provided in the attached spreadsheet. Test# SystemsBase YrOp Yr 1Op Yr 2Op Yr 3 Alarm Calibration 6 (1 each @ PTA, MTA, CTA, GTS, BD, HF)X (Mar)X (Mar)X (Mar)X (Mar) Gasoline Dispenser Calibration1 (HF)X (Mar)X (Mar) Bulk Dispenser Calibration16 (3 @ PTA, 4 @ MTA, 3 @ CTA, 3 @ GTS, 1 @ BD, 2 @ HF)X (Mar)X (Mar) MDE Third Party Inspection10 (3 @ PTA, 4 @ MTA, 3 @ CTA)X (Jan*) Pressurized Line Leak Detector Test/Piping Tightness Test10 (3 @ PTA, 4 @ MTA, 3 @ CTA)X (Apr)X (Apr)X (Apr)X (Apr) Spill Catchment Basins10 (3 @ PTA, 4 @ MTA, 3 @ CTA)X (Mar)X (Mar)X (Mar)X (Mar) Tank Tightness Test (Precision Test)10 (3 @ PTA, 4 @ MTA, 3 @ CTA)X (Jun) Containment Sumps (Large)10 (3 @ PTA, 4 @ MTA, 3 @ CTA)X (Mar) Containment Sumps (Gasboy)1 (HF)X (Feb) * NOTE: The Maryland Department of Environment (MDE) Third Party Inspection will be due upon notification by MDE. The previous MDE Third Party Inspection was completed in January 2013, so the estimated inspection date is January 2016. SECTION 2. MAINTENANCE AND REPAIR General. Based on requirements of COMAR 26.10.06, installation, repair, removal or inspection of underground storage tank systems requires an individual to be certified and present during all phases of work at regulated tank systems. MDE certifications must be provided upon contract award. Systems that may require repair and/or maintenance include: UST's: Perryman Test Area: Three 10,000 gal USTs (located in Aberdeen Area APG) Munson Test Area: Four 10,000 gal USTs (located in Aberdeen Area APG) Churchville Test Area: Three 10,000 gal USTs (located on APG property in Churchville, MD) Phillips Army Airfield: One 25,000 gal USTs (located in Aberdeen Area APG) AST's: Generator Test Site: Three 10,000 gal ASTs (located in Aberdeen Area APG) Boat Dock: One 10,000 gal AST (located in Aberdeen Area APG) H-Field: One 1500 gal AST and Two 2000 gal (located in Edgewood Area APG) Approximately 80 additional ASTs ranging in size from 125 gal to 5000 gal located throughout ATC. These ASTs are located in the Aberdeen and Edgewood Areas of APG, as well as the Churchville Test Area in Churchville, MD. Oil Water Separators: 12 (located in the Aberdeen and Edgewood Areas of APG and Churchville Test Area, Churchville, MD) Maintenance and Repair Items. Though there are no routine preventive maintenance requirements for these systems, any recommended maintenance under this contract will be handled as a repair. Repair will be on a time and materials basis. For bid comparison, labor rates for typical labor categories should be provided in the attached spreadsheet. ATC anticipates 90% of the requested repair requirements to be on a standard response time of 3 days maximum, unless prior arrangements are coordinated through the COR. ATC anticipates 10% of the requested repair requirements to be on an expedited response time of same day service. The contractor should provide a premium percentage that will apply to expedited service. At the time of service request, the COR will identify standard versus expedited response requirements. Tank and Piping Removal. Any removal actions will be handled similarly to maintenance and repair actions. Time and material will be used and approved by the COR prior to a tank or piping removal. The contractor must be certified by MDE for removal actions. Certificates must be provided to the COR upon contract award. SECTION 3. GENERAL REQUIREMENTS Contractor shall furnish equipment, materials, and tools needed for testing and repair of all UST and AST systems. Contractor will be escorted by an ATC representative at all times. Security Clearance to enter the secured area of Aberdeen Proving Ground will be required. Certification requirements. Contractor must be a certified third party inspector for the Maryland Department of Environment. Contractor must possess a MDE UST System Technician Certificate, Remover Certificate, and Inspector Certificate. Copies of certifications must be provided. Contractor must be a Level 2/3 or Level 4 certified technician for Veeder Root systems. Copies of certification must be provided. Cost Submission. Contractor shall submit cost on the attached spreadsheet for contract determination. Items on the attached list are for reference. Actual testing and repair services may vary from those on the list. Upon contract award, individual repair requirements will be requested. The contractor must submit a cost estimate for each task using the contractual labor rates and material rates that do not exceed market value for the required materials. The cost estimate will be approved by the COR prior to work. Contracting Officers Representative (COR) and/or the Technical Point of Contact (TPOC): to be assigned upon award. Deliverables: 1.Any deliverable defined in this SOW shall be submitted under official company letterhead signed by designated company official. The cover letter shall be addressed to the customer's Technical Point of Contact, unless otherwise directed. The cover letter shall include, as a minimum, the title of the applicable deliverable, date performed, contract and delivery order numbers. 2.Results of compliance testing requirements must be provided verbally at the time of the test and in written format within one week of test completion. 3.Results of repair actions must be provided verbally at the time of the repair and in written format within one week of repair. 4.All invoices must be submitted through the Wide Area Workflow (WAWF) system via the 2-in-1 invoice format. 5.E-mail notification should be sent to the COR and/or TPOC when vendor submits invoices in WAWF.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7974281df7ed7a3145bea39f3c55891d)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03344304-W 20140423/140421234800-7974281df7ed7a3145bea39f3c55891d (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 |