The RFP Database
New business relationships start here

KODIAK PROTECT SINGLE WALL UG HO LINES


Alaska, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Proposal (RFP) Number 140F0719R0008. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFP falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) 2019-03, effective July 12, 2019. This requirement is set aside for small businesses. The North American Industrial Classification System (NAICS) number is 541620, Environmental Consulting Services and the business size standard is $15M. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis.

The U.S. Fish and Wildlife Service is requesting quotes to conduct fuel oil line replacements in accordance with the following performance work statement:
Background:
A site reconnaissance visit is encouraged to be conducted in a proven systematic and detailed approach suitable for the subject property's size and/or complexity. Current property conditions will be documented. The appropriate information will be collected, including storage tanks locations, odors, stained soil, or stressed vegetation. Visual and topographic characteristics of the area will be noted. As appropriate, additional site visit information shall include as applicable, a general description of the piping and structures.
Any interviews necessary shall be conducted in person and documented, or by email or memo. The contractor shall work closely with the site representative for any questions about the access, use, and physical characteristics of the project. The contractor shall keep detailed notes of all interviews. These notes shall become the sole property of the USFWS. Any other entity shall only receive copies of notes, documentations, and reports after they have been reviewed and approved by the government.
AREA LOCATION AND CLIMATE
Kodiak is located in the Gulf of Alaska, 252 air miles southwest of Anchorage and separated from the mainland by Shelikof Strait. The Kodiak National Wildlife Refuge encompasses nearly 1.9 million acres on Kodiak and Afognak Islands. The City of Kodiak is located at 57.78B0 North Latitude and -152.40B0 West Longitude. The greater Kodiak Island Borough area encompasses 6,560 square miles of land and 5,464 square miles of water. The climate of the Kodiak Island archipelago is dominated by a strong marine influence with occasional freezing weather, moderate precipitation, frequent cloud cover, and fog. Severe storms are common from December through February. Annual rainfall averages 67 inches, and annual snowfall averages 78 inches. January temperatures range from 14B: to 46B0 F; July temperatures vary from 39B: to 76B0 F. Temperatures generally remain within a relatively narrow maritime range, from 32B: to 62B0 F.
SITE LOCATION
The Headquarters Site Complex is located at 1390 Buskin River Road, Kodiak Alaska. The heating oil tank lines that need replaced are located at the HQ building and the Four residences.
SCOPE OF WORK:
Provide the government an environmentally safe project to remove the existing underground tank lines and provide replacement above ground piping.
TASKS:
This project will be accomplished in two phases. Phase I is to provide the Planning Work Plan because underground lines shall be removed, and there are structures that must be removed or relocated to get to the lines. Phase II is to provide the Implementation Work Plan and replacement of the underground heating oil lines with aboveground hard piped heating oil lines. All decks and other items shall be placed back to their current condition.
Provide costs for travel, mobilization, demobilization, oversight, safety, equipment, and sampling etc. for each Work Plan. Each Plan shall have government approval before work begins.
Provide a cost estimate per CY for excavating and disposing of any contaminated soils that might be encountered.
Render the single wall underground tank lines safe by removing them and replacing them with hard piped aboveground heating oil lines. Use as much of the present heating oil system as possible. The Work Plan and shall be approved by the government before work begins.
Requirements:
Work Plan:
A detailed Work Plan shall be prepared, submitted, and approved prior to conducting any work. The Work Plan shall describe the approach to waste stream identification and segregation, sample location selection, collection of samples, documentation and tracking of samples, safety and health precautions, repair of damage caused by sample collection (where necessary), the experience and qualifications of the personnel conducting the survey, and identity of the ADEC certified laboratories that will be used. The Work Plan will be delineated by item such that each area of work can be priced separately and clearly defined.
Results Report:
The contractor shall prepare a report that includes the appropriate documentation to support the analysis, opinions, and conclusions as well as the following.
Report shall present the laboratory results from any site sampling.
Provide a map showing the actual location of where work was performed.
Provide summary and conclusion as to the extent of any potential contamination.
Soil sample results should be compared to soil cleanup levels for petroleum established by the ADEC.
Provide remediation requirements of any contaminants identified on site. Remediation requirements shall have process needed to comply with local, state and federal regulations.
Deliverables:
The final deliverable shall consist of the following:
One 8 -1/2B? x 11B? Bound hard copy shall be submitted to the government. All maps and appendices shall be bound into the report. Maps and figures can be tri-folded 11B?x17B? as long as they are bound into report.
One electronic copy in the original formats the document was prepared in (i.e. MicrosoftB? Word, Excel, Project etc.).    
Survey Report:
General Report Contents
In addition to the information described in the following paragraphs the Survey Report shall include:
Lot name
Point of contact (POC), title, organization and address
Note any discrepancies between the project work plan and the actual project activities performed.    
Contractor Data Certification:
The report shall contain the certification from the Contractor that data used to develop conclusions and recommendations have been reviewed and validated, and have met DQOs.    
Qualifications:
The contracted firm shall have a minimum of 2 yearsB? experience in conducting environmental process work dealing with underground tank lines and contaminated soils.     
Confidentiality Statement:
The contractor shall protect the confidentiality of all work accomplished under this scope of work. Quantity surveys and cost estimates shall remain the sole property of the USFWS, and shall not be made available to others for any purpose. The contractor shall not publicly disclose any data generated for review under this contract. Attachments provided are sole property of the USFWS. Submittals and data generated under this contract shall become the property of the USFWS and distribution to any source by the contractor, unless authorized by the USFWS, is prohibited.
Property Clearance & Access:
The consultant shall obtain clearances and access to the properties from the government and any other appropriate authorities. The consultant shall also arrange for and coordinate all locates with the local utility companies prior to subsurface investigations.
Government-Furnished Equipment and Government-Furnished Information:
There is no government furnished equipment with this project.
Projected Schedule:
To be developed and provided with the Work Plan. Normal work hours are 8:00am- 4:00pm.
The basis for award is Best Value to the government.
Organization to be supported:
U.S. Fish and Wildlife Service, Region 7
Kodiak National Wildlife Refuge
Kodiak, AK 99613

Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 5:00 pm Eastern Time, 08/28/2019, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. It is preferable that quotes are emailed, however quotes may be mailed or e-mailed to the attention of: anthony_kuntz@fws.gov. Technical questions must be emailed to Anthony_kuntz@fws.gov and received by 08/13/2019 at 5:00 p.m. Eastern Time. No questions will be answered over the phone.
There is no site visit scheduled, but a site visit may be scheduled upon request

Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation.
The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/.

In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Quotes received from firms not registered in SAM by award date will not be considered.

Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading. Click (Public Opportunities) and search by using the reference number 140F0719R0008 to find any documents related to this requirement.

All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436.

Kuntz, Anthony

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP