Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 21,2000 PSA#2561

Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309

Z -- UPGRADE PRODUCT RECOVERY FACILITY SOL F02604-00-T0092 DUE 032900 POC Ken Miller, Contract Administrator, Phone 6238563442x255, Fax 6238563438, Email ken.miller@luke.af.mil -- Kurt Weilbaecher, Contract Specialist, Phone 623)856-6353x231, Fax (623) 856-3447, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F02604-00-T00 92&LocID=509. E-MAIL: Ken Miller, ken.miller@luke.af.mil. 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 solicitation, No F02604-00-T0092 is issued as a Request for Quotation (RFQ). Funds for this acquisition are available. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is 100% set-aside for HubZone small business. Contract Line Item(s): (CLIN) 0001; SCOPE: The project covered by this statement of work consists in furnishing all labor, equipment, and materials necessary to upgrade the 1,000-gallon used oil aboveground storage tank AST (#887) and the recyclable JP-8 AST (#888) to meet 40 CFR 112.7 overfill protection requirements at the Product Recovery Facility. AST# 888 is a double-wall steel tank consisting of two 3,000-gallon separate tanks with a single-wall outer shell. Repairs shall include the installation of an high/low level product alarm system, design, electrical connection from high/low level alarm system to automatically shut off transfer pumps when alarm activates, and the installation of visual tank gauges. In addition, and a permanent eye wash unit shall be connected to existing base utility systems. A steel ladder with railing will be installed on the west end of AST #888. USER: 56th Civil Engineer Squadron, Environmental Programs Flight, Compliance Section (56 CES/CEVC). Telephone # (623) 856-3823 x225. The Environmental Flight POL Program Manager will serve as the AF Project Manager. DESCRIPTION: The Contractor shall perform the following tasks to complete this statement of work: 1. Environmental Compliance Activities: The Contractor shall repair the existing overfill alarm system or install a Veeder-Root (VR) overfill alarm system or equal on AST nos. 887 and 888 (see Attachment 1). Veeder-Root Specifications are: 1.1. VR Guardian AST Monitoring System Item # 848590-110 -- 1 unit 1.2. VR Guardian High/Low Level Sensor Item# 794390-Yxx -- 3 sensors 1.3. The Contractor shall mount the AST Monitoring System Console in a fan-ventilated metal box to prevent overheating during summer months. An example of an acceptable system is located at building 1018. 1.4. The Contractor shall test the system to ensure it is accurate and operational for all three ASTs. 1.5 The Contractor shall wire the overfill alarm to the transfer pumps so that the pumps will automatically stop when the overfill alarm activates. 2. Install Visual Tank Volume Gauges: The Contractor shall install one Hersey Hydraulic Visual Gauge or equal (liquid volume in gallons) on each of the three (3) ASTs. 3. Install Permanent Eyewash Unit: The Contractor shall install a permanent eyewash unit equal to construction and design to American Health & Safety Item # 2133021 Model W9332 w/foot pedal (See Attachment 2). 3.1 The Contractor shall connect the permanent eyewash unit to the base_s water supply system. 4. Construction Activities _ Ladder/Platform at AST #888: The Contractor shall install steel ladder to hatchway at the west end of AST #888 and on the north side of the tank. Ladder shall be constructed of steel grating with dimensions of 2.5 to 3.0 feet in width and approximately 8 feet in height (similar to the existing ladder/platform on the south end/west side of AST# 888). 4.1. Ladder will be welded securely to tank and/or external framework. 4.2. Ladder shall be painted to match ASTs in color and type. 5. Piping Supports: The Contractor shall install metal piping supports on AST nos. 887 and 888. Two supports per pipe for a total of eight (8) supports. The Contractor shall seal the drilled holes in the concrete pad with JP-8 resistant silicone sealant. 6. SCHEDULE AND SUBMITTALS: The Contractor shall develop a schedule which incorporates all critical work elements and submittals described in the Statement of Work.Estimated time to complete this SOW is 6 months from receipt of the Notice to Proceed. 7. ITEMS AND DATA TO BE FURNISHED BY THE GOVERNMENT: The AF Project Manager or his designee_ will coordinate site access and site layout to include any equipment storage requirements. All required utilities clearances through 56 CES (AF Form 103s) shall be obtained by CEVC. 8. DEVIATION FROM SCOPE OF WORK: The Contractor shall not depart from nor perform work outside of this Statement of Work and criteria on which the Statement of Work is based without the written direction of the Contracting Officer (CO). If the contractor performs such work without written approval, it does so at its own risk. Any changes to this SOW will be coordinated with 56 CES/CEVC as well as the CO. 9. ACCEPTANCE OF WORK: The AF Project Manager will approve and accept all work and submittals. 10. VISIT TO SITE, PRIVATE SOURCES, AND GOVERNMENTAL AGENCIES: The Contractor shall advise the AF Project Manager of each proposed visit to the site, private sources, and government agencies (federal, state, county and city) prior to each visit. 11. OTHER REQUIREMENTS: The Contractor shall be a licensed contractor registered with the State of Arizona Registry of Contractors. 12. The Contractor shall not enter into any subcontracts that are not identified in its original proposal without prior written approval of the CO. 13. An Manufacturer Distributor/Authorized Service Provider must install overfill protection alarm and monitoring equipment and submit to the Manufacturer and 56 CES/CEVC, the manufacturer_s warranty documentation for equipment installed. 14. RELEASE OF DATA: All data, reports, and materials relative to this SOW are the property of the Government and will not be released by the Contractor without written approval of the CO. 15. RESPONSIBILITY FOR FIELD WORK: The Contractor shall be responsible for all damages to persons and property that occur as a result of the Contractor_s fault or negligence in connection with field work, and shall save and holdthe Government free from all claims and suits arising from such damage. This is a brand name or equal requirement the FAR Clause 52.211-6 applies. Basis of award: award will be made to the lowest-price Offeror, best demonstrating their ability to satisfy the technical capabilities of the items specified. Offerors of any equal must provide descriptive literature to this office for evaluation. Required delivery: 30 days ARO. FOB: Destination to Luke AFB, AZ. All prices shall include all Federal, State and Local taxes. The following FAR & DFARS provisions and clause(s) applies to this solicitation. FAR 52.212-1, Instructions to Offerors -- Commercial Items, Far 52.212-4, Contract Terms and Conditions -- commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items with addenda incorporating FAR clause(s) 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41; DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or executive orders Applicable to Defense Acquisitions of Commercial Items with addenda incorporating DFARS clauses(s) 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.204-7004 Required Central Contractor Registration (MAR 1998) (DFARS 204.7304). Offers shall be submitted in writing and received not later than 4:30 PM local time, 29 Mar 00. Arizona does not observe daylight savings time. Direct any questions or concerns to TSgt Ken Miller at (623) 856-7179 X 255. All proposals must be faxed to (623) 856-3438 or e-mail: ken.miller@luke.af.mil. ATTACHMENT 1 Veeder-Root Company Guardian AST Monitoring System Product Description The Guardian AST Monitoring System, Form NO 848590-110 is designed for compliance and inventory control aboveground storage tanks where in-tank leak detection is not required. The system is capable of monitoring one or two tanks. FEATURES: The guardian has the following features: A two-line 24-character-per-line display A cursor keypad and a keypad for stepping through menu-driven programming and operation functions A red warning indicator on the front panel to alert you of leaks and other warning and alarm conditions An internal audible warning and alarm indicator to alert you of leaks and other warning and alarm conditions. The following probe and sensor is compatible with the Guardian AST Monitoring System: 794390-YXX, High/Low Level Sensor. High/Low Level Sensors indicate delivery and overfill conditions. Will fax picture upon request! ATTACHMENT 2 Emergency Eyewash Unit Product Description Deluxe Full Body/Eye Wash Emergency Station: Eyewash station has two gentle spray outlet heads with a yellow ABS plastic bowl. Drench Shower features stay open ball valve with pull rod and a yellow ABS plastic shower head. Furnished with galvanized intermediate pipe and fittings with 9_ floor flange. 1-1/4_ inlet and outlet Posted 03/17/00 (D-SN435581). (0077)

Loren Data Corp. http://www.ld.com (SYN# 0117 20000321\Z-0014.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page