The RFP Database
New business relationships start here

Water Storage Tank Remediation - Overseas Facilities


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

This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting firms to support the requirements of the U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) for Concrete Water Storage Tank Remediation IDIQ contracts. The project will consist of assessment, repair, and coating of the interior of concrete water storage tanks.

This notice is issued solely for information and planning purposes and DOES NOT constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Offerors should not include any pricing information for any potential labor categories in their market research submission.


Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.


THE U.S. DEPARTMENT OF STATE (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Building Operations (OBO) is requesting submissions for market research to identify concrete water storage tank remediation services available for Indefinite Delivery Indefinite Quantity (IDIQ) contracts under which firm-fixed-price task orders will be awarded on a competitive basis. The individual task orders for concrete water storage tank remediation services issued under the contracts may include a requirement for labor, supervision, transportation, tools, equipment, materials, and supplies necessary to complete an inspection and perform specialized repair and application of an interior coating product, or a combination thereof. The tasks required under the contract shall support U.S. diplomatic missions worldwide.


1. DESCRIPTION


This RFI is intended to identify businesses capable of providing concrete water storage tank remediation services at DOS overseas Embassies to support the continued successful operation of these critical facilities. The business capabilities must include the ability to conduct condition assessments of the interior of concrete water storage tanks; identification of probable causes of the current condition of the interior of the concrete water storage tanks; recommendations for repairs (to include concrete surface, joints, and cracks); recommendations for NSF 61 certified (or OBO approved equivalent) high performance coating products with a minimum service life of 25 years (these products may be 2-part elastomeric polyurethane products or other products identified by the responder); completion of all repairs, to include surface preparation and application of approved coatings to extend the operational life of the tank; and successfully returning the water storage tank to service.


This information received through this RFI may be used to develop solicitations for DOS IDIQ contracts under which each firm will compete through a competitive proposal process for individual task orders. A portion of the awards may be reserved for U.S. Small Businesses depending on response.


The estimated range of the projects is from $20,000 to a maximum of $1 million. The maximum cumulative amount of the task orders issued under each contract in a single year may be $20 million. The IDIQ contracts will be issued for one base year and will include four one-year option periods that may be exercised by the Government. Each contract will have a ceiling of $100 million for the base and all option years combined and a guaranteed minimum of $40,000 over the life of the contract. The award of individual task orders will be competed between the firms chosen for award of the IDIQ contracts and selection will be based upon price and other factors stated in each request for task order proposal.


Although the IDIQ contracts will provide labor hour pricing for evaluation purposes, the task orders will be firm-fixed price. The labor hour rates stated in the contract will be considered maximums for the identified labor category. At task order proposal time, offerors may propose a rate for a required labor category that is less than that listed in the contract, but the contract rates shall not be exceeded. A specific period of performance will be established for each task order. The scope of work (SOW) for task orders will include furnishing all labor, supervision, transportation, tools, equipment, materials, and supplies necessary to 1) complete a site inspection and condition assessment of concrete water storage tanks or varying sizes generally ranging from 10,000 to 150,000 liters; 2) develop recommendations and cost estimates for remediation of the interior surface of the tank. Remediation will include any necessary repairs to the surface and joints and application of an OBO approved coating product with a minimum service life of 25 years, such as a 2-part elastomeric polyurethane coating approved for potable use in accordance with the manufacturer's recommendation for concrete preparation and coating specification according to NSF approved mil thickness; 3) perform the remediation activities; and 4) return the tanks to service, or any combination thereof. SOWs and specifications in task orders may also include a project safety plan, connection of temporary utilities, site restoration and clean-up work, and cleaning and disinfecting tanks prior to their return to service to provide a complete, functional water storage tank facility.


The work completed though these solicitations must comply with OBO-approved standards. Deliverable submissions will be identified in each task order. Task orders will generally require one or all of the following phases: Phase 1 - a project kick-off meeting, condition assessment site visit, and preparation of a recommended remediation approach; Phase 2 - completion of the OBO approved remediation approach; and Phase 3 - project close-out activities. Deliverables shall include specifications, travel plans, schedule of rates/bill of quantities, progress and other reports, resource analysis and calculations. Concrete water storage tank remediation services may include labor and materials to execute the accepted remediation approach; on-site organization with management of lines of authority to ensure overall project coordination; and overall monitoring and control throughout the life of the project. Additional services include documentation submittals and implementation of all project activities such as quality control program, accident prevention plan, scheduling, cost control, and project close-out.


2. DETAILED SUBMISSION INSTRUCTIONS FOR RESPONDERS


A. Submission Requirements. The Responders shall submit sufficient information to allow DOS to evaluate market capabilities. Submittals shall be in the English language.


B. Submission Format: Submissions shall be provided in electronic copy via email. The electronic copy shall include the entire submittal. Submittals shall be organized by the items listed in C below. Maximum page limits for each item are identified below.


C. Contents of Request for Information (RFI) Submittal Items


ITEM 1: BUSINESS INFORMATION AND ORGANIZATIONAL STRUCTURE


Provide the following information on the business and organizational structure:


1.1    Identify the contractor or joint venture (JV) business, including name and address, and key management and project staff.
1.2    Identify sub-contractors that perform major or critical aspects of the work as described in this RFI, such as a qualified coating manufacturer's representative.
1.3    Provide an organizational chart showing the relationship between the contractor or joint venture (JV) business, subcontractors, QC personnel, and Safety personnel.
1.4    No more than five, one-sided, letter-size pages of written material may be submitted for this factor.


ITEM 2: CONTRACTOR/JV TEAM TECHNICAL CAPABILITIES


2.1    Submit four project examples of the contractor/JV team's technical capabilities related to conducting condition assessments of the interior of concrete water storage tanks; identifying probable causes of the current condition of the interior of the concrete water storage tanks; recommending repairs (to include concrete surface, joints, and cracks); recommending NSF 61 certified (or equivalent) high performance coating products with a minimum service life of 25 years (such as 2-part elastomeric polyurethane products); repairing the interior of concrete water storage tanks, to include surface preparation and application of approved coatings to extend the operational life of the tank; and implementing steps to successfully return the water storage tank to service. Of particular interest will be projects completed in remote location with complex logistics. For purposes of this item, a location will be considered remote with complex logistics if they possess any three of the following attributes:


•    Conducted outside of the country of normal operations,
•    Projects in locations where business is principally conducted in a language other than the Responder's native language,
•    Situated in harsh climates where construction operations are greatly restricted for 4 or months out of the year
•    Projects were there is insufficient site area for laydown operations


2.2    No more than two, one-sided, letter-size pages of written material and an additional two, one-sided, letter-size pages of photographs may be submitted for each project example.



ITEM 3 TEAM QUALIFICATIONS


3.1    Provide information on the contractor/JV Team's internal capability, existing relationships, and/or the capability to obtain and provide licensed and/or certified professionals (contractors, engineers, project managers, etc.) having specialized experience and technical competence in the completion of similar domestic or international projects.
3.2    Include information on the principal team and major subcontractors, including those for project managers, project engineers, and certified coating inspectors. Experience shall include concrete water tank repair and coating, including confined space entry training and certification.
3.3    No more than five, one-sided, letter-size pages of written material may be submitted for this item.


3. CLOSING DEADLINE FOR SUBMISSIONS


ALL SUBMISSIONS MUST BE RECEIVED BY 11:00 AM Eastern Time February 21, 2019.


TRANSMISSION OF SUBMISSIONS: Responders shall submit proposals by email to gaspardrc@state.gov. Include this FedBizOpps announcement title and number in the subject line and body of the email.


REQUESTS FOR CLARIFICATIONS must be submitted in writing to Rachel Carria Gaspard, by email gaspardrc@state.gov.

4. DRAFT SOLICITATION FOR INDUSTRY FEEDBACK


We have attached a draft solicitation for the anticipated IDIQ contract for this requirement to this FedBizOpps announcement. We welcome and appreciate feedback on this draft solicitation document from interested contractors in the industry. Please submit feedback in writing via email to gaspardrc@state.gov.


 


Rachel Carria Gaspard, Contracting Officer, Email gaspardrc@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP