Remove and Dispose of Aqueous Film Forming Foam (AFFF) Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
W912HV-23-B-0009

Basic Details

started - 22 May, 2023 (11 months ago)

Start Date

22 May, 2023 (11 months ago)
due - 30 Sep, 2023 (7 months ago)

Due Date

30 Sep, 2023 (7 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912HV-23-B-0009

Identifier

W912HV-23-B-0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**Synopsis / Pre-Solicitation Notice** W912HV-23-B-0009 Remove and Dispose of Aqueous Film Forming Foam (AFFF) Various Locations, Okinawa, Japan Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Invitation for Bids. This notice is not a solicitation. PROJECT INFORMATION: Project Title: Remove and Dispose of AFFF Equipment Project Location: Various Locations, Okinawa, Japan Product Service Code (PSC): Y1NA Construction of Fuel Supply Facilities NAICS Code: 237990 - Other Heavy and Civil Engineering Construction. Project Magnitude: Between ¥5,000,000,000 and ¥10,000,000,000 ($5,000,000 and $10,000,000) (FAR 36.204) Projected Solicitation Issue: June 2023 Estimated Period of Performance: 31 Months ---------------------------------------------------------------------------------------------------------------- Project Description:
United States Army Garrison (USAG), Okinawa is the real property owner of all fuels storage, distribution, transfer, and dispensing facilities whose mission is to service the Department of Defense (DoD) Installations on Okinawa, Japan. There are 6 tank farms and 18 associated cut/cover bulk fuel storage tanks supporting this mission located from the east to west coasts of central Okinawa, Japan. Currently there are 10 Aqueous Film Forming Foam (AFFF) fire suppression systems that serve as fire protection for each of these tank farms. The DoD has mandated that all legacy stocks of AFFF be disposed of and replaced with viable alternatives meeting updated Military Specifications. Since the DoD issued a directive disallowing release of AFFF, pumps, valves, cannons, electrical panels, hydrants, etc. for each of these systems have not been exercised and undergone little to no maintenance. This, coupled with the corrosive nature of AFFF, compounded with the near-shore ocean environment of Okinawa, has rendered these systems inoperable. The purpose of this project is to demolish and dispose of equipment associated with the each AFFF fire suppression system on-island. The scope for this project includes phased work . In the first phase, the Contractor shall be required to excavate approximately 10 pits, as indicated in the drawings attached, to expose AFFF Lines for draining. A separate service contractor will then drain the AFFF concentrate and flush these systems; the removal of the AFFF is not a requirement under this contract. During the second phase, the Contractor shall coordinate their schedule to follow the service contractor in removing and disposing of all AFFF system infrastructure equipment to include storage tanks, reservoirs, pumps, cannons, electrical control panels, flanges, connections, fittings, joints, hydrants, motors, cabinets, piping, backflow preventers, and related appurtenances associated with each AFFF fire suppression system. Demolition of the equipment, piping, and appurtenance associated with fuel system are not a part of this project. Work is planned for the following locations: 1) Chimuwan Tank Farm #1 2) Chimuwan Tank Farm #2 3) Chimuwan Tank Farm #3 4) Kuwae Tank Farm #1 5) Kuwae Tank Farm #2 6) White Beach Demolition will include the following facilities: Chimuwan Tank Farm #1- B115 (water storage tank), Chimuwan Tank Farm #2: B207 (water storage tank), Chimuwan Tank Farm #3 B390 (water storage tank), Kuwae Tank Farm #1: B702 (Fire Pump House with underground water storage tank), Kuwae Tank Farm #2: B816 (Water Storage Tank) and B817 (Fire Pump House with underground water storage tank), White Beach: B734 (water storage tank) and B727 (Fire Pump House with underground water storage tank). Work does not cover the actual fuel system. Building 114 (Chimuwan Tank Farm #1), Building 206 (Chimuwan Tank Farm #2), Buildings 303 and 306 (Chimuwan Tank Farm #3), Building 815 (Kuwae Tank Farm #2), and Building 733 (White Beach) will not be demolished; however, all the equipment, piping, pipe support, pumps, tanks, platforms and stairs, and mechanical/electrical appurtenance within these facilities associated with AFFF fire protection systems are within the requirements for demolition. Work shall include labor, transportation, materials, equipment, and supervision as necessary to accomplish all excavation, demolition, removal, disposal, and associated incidental environmental work (Including but not limited to residual AFFF materials, asbestos, lead-based paint, mold, PCBs, site contamination, etc.). The service contractor will provide a 270-gallon tote for use in collecting and shipping of materials to an authorized disposal facility in the event any liquid is found in the pipes during the demolition process. ---------------------------------------------------------------------------------------------------------------- SOLICITATION INFORMATION: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation. The Government anticipates issuing the IFB solicitation in mid-June 2023. The solicitation when issued will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites for issuance of the solicitation and/or amendments. The Government intends to award a firm-fixed-price construction contract as a result of this IFB. All interested companies shall be actively registered in the SAM database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE. It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time. The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ . Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: https://www.poj.usace.army.mil/Business-With-Us/ for general information. Only local sources will be considered under this solicitation. No small business set-aside. Local sources are sources (e.g., corporations, partnerships, or Joint Ventures [for a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and are authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specified in this solicitation. Specifically, a company must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during performance of the resultant contract. Additionally, prior to award of the contract, interested vendors must be registered for construction work with the Government of Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation. The Draft Specifications and/or Drawings included in this notice are provided for informational purposes only. Interested firms are cautioned that all attachments to this notice are provided in draft format and are subject to change. ---------------------------------------------------------------------------------------------------------------- Contracting Office Address: Contracting Division, Japan District, US Army Corps of Engineers Rm 116, Bldg 364 Camp Foster Chatan-Cho, Okinawa, Japan Zip Code: 904-0100 Point of Contacts: Primary: H. Christine Allen Contract Specialist heather.c.allen@usace.army.mil Alternate: Jack T. Letscher Contracting Officer jack.t.letscher@usace.army.mil

47, JPNLocation

Place Of Performance : 47, JPN

Country : United States

Classification

NAICS CodeCode 237990
Classification CodeCode Y1NA