Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

H -- API 653 Internal Tank Inspection Robins AFB, GA

Notice Date
4/22/2021 11:33:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F21Q0055
 
Response Due
5/6/2021 11:00:00 AM
 
Archive Date
05/21/2021
 
Point of Contact
Steve Engen, Phone: 4029952233, SFC Kenyanna Jennings, Phone: 4029952484
 
E-Mail Address
Steven.d.engen@usace.army.mil, kenyanna.jennings@usace.army.mil
(Steven.d.engen@usace.army.mil, kenyanna.jennings@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Perform a Tele-con kick-off meeting either prior to mobilization or the morning of the commencement of work on-site. Remove and transfer of 5,000 gallons of fuel product. Clean the tank and perform an internal AST inspection to also include the visual inspection of the containment area. Tank cleaning shall be done in accordance with UFGS 33 01 50.60. The tank Inspection shall be in conformance with applicable industry standards API 653, NFPA 30, NFPA 326, UFGS 33 01 50.60, and in compliance with 40 CFR 112, UFC 3-460-01, UFC 3-460-03 and any other applicable federal, state, local, service or host nation requirements. At a minimum, table 8-1 within UFC 3-460-01 shall be followed. All tank appurtenances that are required shall be documented along with all required appurtenances that aren�t present. Alarms, Automatic Tank Gauge equipment, and all tank appurtenances shall be tested and verified. The contractor shall visually inspect containment for ability to contain the entire contents of the tank in the event of catastrophic failure, assessing for cracks, settlement, and deterioration. Record dimensions of cracks and provide photographic evidence of each deficiency. Hydrostatically test the containment inlet, basin, line, valve. Visually assess the liner integrity and impermeability where applicable. Each containment drain inlet, drain line and containment drain valve shall be hydrostatically tested to assure the drainage system is liquid tight. The Contractor shall perform a hydrostatic test to ensure the drainpipe and release valve do not leak. The Contractor shall perform a hydrostatic test to ensure the integrity of the inlet sump. Drain Line and Release Valve. The Contractor shall perform a hydrostatic test to ensure the drainpipe and release valve do not leak. Test in accordance with applicable requirements of AWWA C600 for hydrostatic testing. Ensure the release valve is closed and pressurize the end of the pipe within the containment basin sump. Test for leakage by filling the pipe with water and pressurizing to 10 psi using a suitable pump connected to the pipeline. The test pressure shall not vary by more than �1 psi for the duration of the test. Hold this pressure for not less than 2 hours. If the system does not hold pressure, check the outfall point to see if water is bypassing the valve. Test pressure shall be maintained during the test by adding makeup water through the pressure test pump into the pipeline. Accurately note the amount of makeup water required to maintain pressure during the test. Containment Drain Inlet. The Contractor shall perform a hydrostatic test to ensure the integrity of the inlet sump. Test for leakage by filling the inlet with water to a level at least 1-2 inches above the top of the inlet structure. The inlet shall hold this water for not less than 2 hours with no measurable change in the water level. UT Scan. Coverage of the UT scan shall include 5 points per shell plate on the first shell course. Spot UT scans shall be made once every foot along the circumference of the tank shell within the critical zone and along the tank chime as accessible. 5 points per shell plate should also be taken along the spiral staircase for each shell course as accessible. Provide UT scans of tank shell nozzles on the first shell course and their respective reinforcements plates as applicable. Include all findings in the inspection report. Replace existing wiper seal. The existing wiper seal (foam log, double wiper etc.) shall be removed and completely replaced with a new double wiper seal in accordance with UFGS 33 56 21.17 and the IFR manufacturer's recommendations; penetration seals in the floating pan will also need replaced. Provide legible tank stencil or label on tank. Upon completion of the Out-of- Service inspection the contractor shall provide a legible tank stencil or decal, consisting of black letters at least 1� in height, stating the date cleaned and inspected, the contractor�s name and the name of the contractor�s personnel supervising the work. Remove any existing stencils displaying previous inspection information. New information shall be provided in the following format: Date Cleaned and Inspected: Day-Month-Year ABC Contracting Supervisor: John Doe Provide Teleconference out briefing prior to closing up the tank. The Contractor shall be responsible to establish a report of findings and coordinate a teleconference after the inspection is complete and at least 24 hours prior to placing tank back in service. This teleconference will review deficiencies found during the inspection with the Government making the final decision on whether or not to place this tank back into service. The Contractor can use Attachment J- API OUT-OF-SERVICE TELECON BRIEFING TEMPLATE or their own format however this document shall include the next recommended inspection intervals for both In-Service and Out-of-Service Inspection, and State regulated inspection intervals, if applicable. Also when listing the findings they shall be categorized as either �Mandatory�, �Short Term� or �Long Term�. Please coordinate with the following individuals in addition to on Installation personnel: Provide DRAFT and FINAL inspection reports per the attached templates.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9dadcfbff3c8408785a80f97658ab7d8/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05980215-F 20210424/210422230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.