Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
DOCUMENT

91 -- FUEL TANK CLEANING - Attachment

Notice Date
7/11/2014
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24814Q1381
 
Response Due
7/18/2014
 
Archive Date
9/16/2014
 
Point of Contact
Brian M Werner
 
E-Mail Address
1-5721<br
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) - EMERGENCY GENERATORS FUEL TANK CLEANING Of the Emergency Generators Located at Lake City VA Hospital PART I - GENERAL 1.1 SCOPE A. The contractor shall provide all preventive maintenance, labor, equipment, and materials to inspect, clean, and gather samples for testing in this service agreement. All work shall be performed by service technicians who are qualified through factory training to work on the specific makes and types of equipment to be repaired and are directly employed and supervised by the contractor. The Department of Veterans Affairs reserves the right to reject contractor's service personnel who, in the VA's judgment, are not adequately qualified to perform the work. All repairs shall be made in a good workman like manner and shall be in accordance with the manufacturer's specifications and recommended procedures. 1.2 STATEMENT OF BID ITEMS A. Prior to beginning any repair or replacement, the contractor will troubleshoot the system to diagnose the system. Components that are suspected of being faulty may be repaired or replaced in advance to minimize the occurrence of system interruptions. The contractor will do a fuel sample pretest on all tanks. All fuel tanks, fuel lines, & connections will be inspected. Tanks will be treated with a pre-cleaning catalyst. Fuel tank cleaning will be done with a high pressure fuel polishing unit. The fuel will be circulated a minimum of 3 times, and will be circulated until all contaminates down to less than 1 micron are removed. All sludge, rust, fine solids, metal particles, microorganisms, bacteria, fungus, yeast, mold, sediment, and algae will be removed. Water will be removed to 100 parts per million. All contamination will be removed to below the levels stated in ASTM D975 (standard specification for diesel fuel oils) while re-suspending combustible particulate matter to maintain ASTM standards for BTU value, lubricity, and cetane. Post fuel analysis and lab testing will be done. All components will be inspected per manufacturer's requirements. A written service report with recommendations noted, and fuel quality analysis shall be provided to the Lake City VA Engineering Department, Preventative Maintenance Shop. 1.3 SPECIAL REQUIREMENTS A. VA Police will issue identification badges to contractors, employees and sub-contractors which must be worn at all times when on VA property. B. Contractor shall keep the work area cleaned daily and haul away all debris. 1.4 QUALIFICATIONS/CERTIFICATIONS A. The contractor shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. B. The contractor and all of the contractor's employees must have taken the OSHA Certified 30/10-hour construction safety course and show documented proof. The contractor shall designate a "competent person" in accordance with 29 CFR 1926.32(f) which states, "One who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to employees and who has authorization to take prompt corrective measures to eliminate them." The contractor shall instruct each of his employees in the recognition and avoidance of unsafe conditions and the regulations applicable to his work environment to control or eliminate any hazards or other exposure to illness or injury. Additionally, the contractor shall comply with the following requirements: o Develop a plan detailing project specific fire-safety measures. o Maintain site and building access free and unobstructed to facility emergency services. o Separate temporary facilities from existing buildings and new construction by appropriate distances. o All temporary construction partitions must meet fire-safety requirements. o Means of egress shall not be blocked. o Egress routes for construction workers must be maintained free and unobstructed. o Contractor furnished fire extinguishers must be provided and maintained in construction areas and in temporary storage areas. o Flammable and combustible liquids must be stored, disposed and used in accordance with OSHA 1926, NFPA 241 and NFPA 30. o Existing fire protection must not be impaired. Provide fire watch for impairments more than 4 hours in a 24 hour period. o Prevent accidental smoke detector operation. o Perform Hot Work in accordance with NFPA 241 and NFPA 51B. o Prohibit smoking in and adjacent to construction areas. o Dispose of waste and debris from buildings DAILY. o Spill prevention will be used. Areas around contractors work site will be surrounded by spill prevention (absorbent booms, and socks). Storm drains will be blocked off. 1.5 EQUIPMENT A. All equipment, tools, etc., shall be properly maintained while on the Medical Center grounds and shall be adequate, in quality and capacity for proper execution of the work. B. List of Equipment: a) Fuel tank #12, capacity 10,000 gallons, present quantity 6,313 gallons, UST b) Fuel tank #13, capacity 10,000 gallons, present quantity 7,173 gallons, UST c) Fuel tank #14, capacity 1,000 gallons, present quantity 739 gallons, AST d) Fuel tank #15, capacity 2,000 gallons, present quantity 1,653 gallons, AST e) Fuel tank #16, capacity 2,000 gallons, present quantity 1,597 gallons, AST f) Fuel tank #17, capacity 4,000 gallons, present quantity 3,033 gallons, AST g) Fuel tank #18, capacity 25,000 gallons, present quantity 22,098 gallons, AST h) Fuel tank #19, capacity 10,000 gallons, present quantity 8,994 gallons, AST 1.6 SCHEDULING AND HOURS OF WORK A. Work shall be scheduled for proper execution to completion of this contract. B. Hours of work. The contractor will perform work during normal working hours unless specifically authorized by the (COTR), or otherwise specified in the contract. Normal duty hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, except U.S. Federal Holidays. The 10 holidays observed by the Federal Government, i.e., New Years Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. All PM Service will be performed during regular working hours, between 8 AM and 4:30 PM Monday thru Friday, excluding holidays, except under emergent conditions (deviations must be approved in advance by the Contracting Officer. The Contractor shall contact Preventative Maintenance Inspector, two (2) days in advance to confirm that the equipment can be serviced at a time that is agreeable to the VA and the contractor. During the visit, the contractor shall replace such parts as may be necessary for the satisfactory functioning of the equipment. A service ticket will be written for each service indicating work performed (adjustments made, parts replaced, repaired, etc). 1.7 SITE VISITS A. Job site shall be visited to verify all existing conditions and dimensions and the extent of work involved with the Preventative Maintenance Inspector. B. For all visits by Contractor - All Service personnel must check in with Preventative Maintenance Inspector upon arrival at station and sign in log book, prior to performing any service. The serviceman will obtain a signature on all service tickets and deliver directly Preventative Maintenance Inspector upon completion of work for the day. If service ticket is not left, there is no indication that work was performed and payment will be withheld. Service personnel must indicate on the service ticket the work performed (i.e. adjustments made, parts repaired/replaced, etc.) No additional work will be performed without prior written approval from the Contracting Officer. 1.8 EXCLUDED SERVICES Excluded Services Contractor will not be obligated to provide services under this contract for the following: Damage to or destruction of instrument(s) covered where damage or destruction is: 1) A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war or any act of nature including but not limited to lightning, windstorm, hail, flood, earthquake, or 2) Caused by VAMC misuse or abuse of such instrument(s) a. decontamination due to spillage; b. interpretation of data; c. installation of unauthorized field modifications; d. accessories not listed or included in this contract. 1.9 CONTRACTOR RESPONSBILITIES a. The contractor will be responsible for supplying all necessary equipment, hoses, additives, safety devices, spill containment equipment, and personnel needed to do a complete fuel tank cleaning on the emergency generator diesel fuel tanks. All components will be inspected per manufacturer's requirements. A written service report with recommendations noted, and fuel analysis shall be provided to the Lake City VA Engineering Department, Preventative Maintenance Shop. b. The contractor will perform a pretest of the fuel before each of the tanks are cleaned. c. The contractor will inspect the fuel tanks, fuel lines and all connections d. Spill prevention (in the means of absorbent socks, booms, or other similar items) will be used to surround the contractors work area. Storm drains will be blocked off. e. The contractor will supply and use a pre-cleaning catalyst f. The contractor will use a high pressure fuel polishing unit, and will circulate the fuel until the fuel reaches the specified requirements, the fuel will be circulated a minimum of 3 times. g. All contaminates, sludge, rust, fine solids, metal particles, microorganisms, bacteria, fungus, yeast, mold, sediment, and algae will be removed to less than 1 micron. h. Water will be removed to 100 parts per million. i. All contamination will be removed to below the levels stated in ASTM D975 (standard specification for diesel fuel oils) while re-suspending combustible particulate matter to maintain ASTM standards for BTU value, lubricity, and cetane. j. The contractor will be responsible for a post fuel analysis and lab tests on all of the tanks. k. All reports and work orders will be furnished to the Preventative Maintenance Shop located at the Lake City VA. l. The contractor will be responsible for supplying all filters, additives, and other items required to do a complete fuel tank cleaning. m. The contractor is liable for furnishing their own Personal Protection Equipment (PPE). 1.8 INSPECTIONS A. All work shall be inspected during installation and at final completion by Preventative Maintenance Inspector. 1.9 SAFETY REGULATIONS A. All applicable safety regulations shall be observed during all work of this contract. B. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. 1.10 SUBMITTALS A. Submit documented proof of 30 and 10 hour OSHA construction safety course. For more information see the attached Section 1.4 1.11 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by designation only: 1. National Fire Protection Association (NFPA): 99 & 110 1.12 SAFETY REGULATIONS A. All applicable safety regulations shall be observed during all work of this contract. B. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. 1.13 FINAL INSPECTION A. Request final inspection from VA/COTR. - - - E N D - - -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24814Q1381/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-Q-1381 VA248-14-Q-1381_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1490994&FileName=VA248-14-Q-1381-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1490994&FileName=VA248-14-Q-1381-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03422329-W 20140713/140712022221-a4f1796d3680152b0504eb16a3add10f (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.