Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2000 PSA #2693
SOLICITATIONS

J -- CLEAN WATER TANKS

Notice Date
September 22, 2000
Contracting Office
US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133
ZIP Code
99133
Solicitation Number
00SQ170768
Response Due
October 12, 2000
Point of Contact
Pamala K Marrs 509-633-9512
E-Mail Address
CLEAN WATER TANKS (pmarrs@pn.usbr.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 00SQ170768 is issued as a Request for Quotation (RFQ) and incorporates provisions in effect through Federal Acquisition Circular 97-19. This acquisition is a Small Business set-aside. The size standard is 750 employees and the standard industrial classification code is 7349. The U.S. Bureau of Reclamation, Grand Coulee, Washington has a requirement for the following items: INSPECTION AND CLEANING OF FIVE (5) WATER STORAGE TANKS. CLIN 0001 -- Contractor will clean and/or remove all sediment and other material found on the floor. CLIN 0002 -- Decision to clean side walls, structural support members, on any underwater surface found inside each reservoir will be made on site at the direction of the COTR. This will include seams, roof support columns, manways, plumbing fixtures and other fixtures found inside each reservoir. The contractor is to provide all labor, tools, parts, materials, transportation, facilities and supervision necessary to accomplish the task. Bids will be accepted on the basis of cost per tank for CLIN 0001 and cost per tank for CLIN 0002. A technical proposal is to be submitted that includes how you plan to execute the job, type of equipment to be used, number of personnel and qualifications, and past performance references. Cleaning procedures must combine adequate brushing of surfaces to clean without damaging reservoir interior protective coating, in addition to removing material from reservoir by vacuum or water suction. Clean shall be defined as no visible particulate on surfaces cleaned (floor, wall, etc.) or in water column. The Contractor will use live feed, full-time, high-resolution color video to monitor all procedures (work performed) while inside each reservoir. A monitor will be available to allow the Contracting Officer's Technical Representative to continually monitor all work while being performed. Contractor will provide the Contracting Officer with a copy of all videos taken during work and inspection activities of each reservoir and water tank. Also a written draft inspection and condition report for each reservoir and water tank will be given to the Contracting Officer before leaving Grand Coulee Power Office. A final inspection report must be sent to the Contracting Office, PO Box 620, Grand Coulee, WA 99133 within two weeks of work completion. All water/sediment discharged from reservoir during cleaning procedures can be discharged on site. Divers must use dedicated dry suits that will be in good repair. These dry suits must not have been used in any environment other than potable water. All equipment, including diving suits, will be immersed in at least a 200+ ppm chlorine solution prior to each entry into reservoir. The divers dress, including diving helmet and dry suit, shall provide complete encapsulation and isolation of the divers' body from the potable water. Diving Hard Hats that meet ANSI/AWWA C652-92 standards of using external or surface-supplied air to prevent contamination of water from divers' head, hair, saliva, or mucous are required. Divers and standby divers shall be equipped with a live voice communication system permitting simultaneous two-way conversations between the dive and his tender. The contractor will be responsible for obtaining all badges and keys or other items required for access to the area or areas in which the work will be performed. Contractor will be required to apply for individual identification media at the Keys and Locks Section of the Plant Protection Division. These identification media will be surrendered to the Key and Locks Section upon completion of contract or termination of an individual's employment with the Contractor. The diving contractor and persons in his employ shall comply with local, state, and federal requirements including the Bureau of Reclamation Safety and Health Standards. In the event of a conflict, Federal Regulation 29 CFR, OSHA Subpart T -- Commercial Diving Regulations shall apply when applied to diving operations. The diving contractor will install a conical screen over reservoir discharge line to prevent possible diver entrapment. The diving contractor will install an approved temporary fall-protection and prevention system meeting Reclamation Safety and Health Standards. Diving contractor shall also have an OSHA approved tripod or other device suitable for lifting an injured diver from the water in the event of an emergency. A safe and effective means of lowering injured personnel from the top of such tanks shall also be provided. The Contractor shall fully comply with Reclamation's Safety and Health Standards and amendments or revisions thereto in effect on the date for submission of bids. This handbook can be found at http://intra.usbr.gov/~safety. It will also be provided at no charge for use under this contract to the Contractor. Construction Safety Standards promulgated by the Secretary of Labor may be obtained from any regional or area office of the Occupational Safety and Health Administration of the U.S. Department of Labor. A Safety/Diving Plan must be submitted to the Contracting Officer for evaluation prior to the start date of the work. It must include the number of divers, their qualifications and diving credentials, first aid training certification, type of equipment being utilized, and type of air supply. The safety/diving plan shall specifically address the safety procedures for each diving location or mode and contain policies that ensure compliance with these and referenced standards. Diving plan will include fall protection while on tanks. The elevation and size of the water tanks are: Elevation 1562 -- a 150,000 gallon tank (T1) with approximately 1/8" fine sand with small amounts of silt, and a 300,000 gallon tank (T2) with approximately 1/4" fine sand with small amounts of silt; Elevation 1934 -- a 100,000 gallon tank (T5) with approximately 1/16" fine silt and a 60,000 gallon tank (T3) with approximately 1/16" fine silt; Elevation 2380 -- a 75,000 gallon tank (T4) with approximately 1/16"fine silt. The drawings of these water tanks will be sent to you via Federal Express overnight delivery upon your request for them. All tanks will be kept in normal operation and service during all phases of the work being accomplished under this requirement. Normal work hours should be Monday through Friday 0730-1600. Request for unusual tour duty must be submitted to the Contracting Officer seven days prior to overtime work so proper arrangements can be made. A Service Contract Act Wage Determination, for the classification of diver, will be incorporated into the purchase order once it is received back from the Dept. of Labor. The items are being evaluated on your technical proposal, price, and performance time. If you would like to request a site visit please phone Ron Rowe at 509-633-9480. For a copy of the drawings please fax 509-633-9175, or e-mail to the address below. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (MAR 2000), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and Certifications -- Commercial Items (FEB 2000), 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 1999), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (FEB 2000), 52.219-1 Small Business Program Representations (MAY 1999), and Clause 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984). Clause 52.212-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1. The Government intends to make a single award to the responsible bidder whose bid is most advantageous to the Government, based on items meeting the specification, delivery schedule, and price and price-related factors considered in descending order of importance as listed here. The closing date for receipt of offers is October 6, 2000. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, minority-owned, and/or women-owned. Include Federal Tax Identification number and Dun and Bradstreet number on your bid.
Record
Loren Data Corp. 20000926/JSOL007.HTM (W-266 SN499687)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 22, 2000 by Loren Data Corp. -- info@ld.com