Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

D -- UXO Corrosion Integration-Work Plan Development, Sampling, Database and Model Development and Reporting

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (5TF), 10850 Lincoln Trail, Fairview Heights, IL, 62208
 
ZIP Code
62208
 
Solicitation Number
Reference-Number-5TS5702C162
 
Response Due
5/13/2002
 
Archive Date
5/28/2002
 
Point of Contact
Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931, - Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931,
 
E-Mail Address
mara.shultz@gsa.gov, mara.shultz@gsa.gov
 
Description
The GSA/FTS, Region 5 is announcing its intent to procure UXO Corrosion Integration services for sites outside of the Strategic Environmental Research and Development Program (SERDP). Background of this project: The 1998 Defense Science Board report estimated that 1500 different sites, encompassing 15 million acres of land, contain Department of Defense (DoD) unexploded ordnance (UXO). Contained within the soil, these intact munitions corrode at vastly varying rates. Depending on site-specific factors, the time to perforation or corrosion breakthrough can vary from 10 years to several thousand years. Understanding the relative rate of corrosion can greatly affect the determination of the risk posed by the exposure of the toxic energetic and constitute materials to the environment. The UXO are comprised of high explosives, the metallic container, and lesser quantities of fuse materials. While the metallic container, is not hazardous to human health, the fill components each have their own characteristic toxicity, temperature dependant solubility, and propensity for sorption; and thus, differing potentials to impact surface water and groundwater quality. The elements described in this statement of work (SOW) will address the potential for energetic releases do to underground ordnance canister breach. We will sample UXO and adjacent soils under various environmental conditions to quantify the risk to the environment. This work is an important element in evaluating UXO environmental risk at U.S. military installations. It is critical to DoD to understand the rate and mode of UXO corrosion as a basis for predicting when chemical constituents may be released from UXO. The efforts described in this statement of work are outside the scope of the ongoing UXO corrosion work funded by the Strategic Environmental Research and Development Program (SERDP). SERDP work focuses on UXO Corrosion on and in US DoD soils undergoing clearance by the Corp of Engineers. The efforts described here focus on UXO Corrosion on battlefields and US sites outside of the Huntsville Corp of Engineers clearance program. This new effort is composed of the following elements: Work plan development (Sampling Plan, QA/QC Plan, Health & Safety Plan);Field sampling at sites with ordnance of known age; Laboratory sampling and analysis, including biological; Database development; Model development (corrosion model analysis and update);Reporting. Testing to be conducted in this effort shall not include any UXO that is still explosively configured in any way, but shall include pieces of exploded munition bodies (range scrap) that represent the types of UXO that are found at individual military ranges. The individual pieces of range scrap may have detectable quantities of explosives on their surfaces and must be handled accordingly. Soils to be tested in this effort shall be collected from the same areas on the range as the range scrap and may contain explosives, as well, and must be handled accordingly. The Government will provide the identification of each piece of range scrap provided to the contractor and will provide the specifications for the munitions body in the new, unused condition. Objectives: To accomplish UXO corrosion field sampling, UXO corrosion model development, UXO and soil analytical work, microbial corrosion assessment, and review ongoing work regarding the investigation of UXO Corrosion. Task Requirements: The contractor shall provide the necessary personnel, facilities, materials, and scientific and technical expertise to integrate, implement, and manage studies, modeling, sample and analysis dealing with potential UXO corrosion issues. The contractor shall write a work plan (health & safety, QA/QC, and Sampling Plan- to include a modeling test plan) and then teach the sampling plan protocol to field personnel at each UXO sampling site. The contractor shall supply necessary sampling, field screening, and packaging for transport equipment to field personnel at each site. The contractor shall facilitate, coordinate, and provide resources to build a Microsoft Access database of UXO and soil parameters from the International and US sites (up to 6 sites will be chosen as part of the work plan development). The Microsoft Access (version 2000) database must be compatible with Windows 2000 to facilitate its use by the DoD community. This database shall be compatible with no less than a Pentium 300 processor, 32 MB memory,1 GB hard disk, 24X CD ROM drive (minimum hardware requirement). The database shall contain the following fields at a minimum: sample IDs, photographs, UXO (orientation, depths, disposal information, perforation positions and depth distribution), all laboratory data (soil type, soil size classes, moisture content, acidity, pH, resistivity, cation/anion concentrations, sulfate, sulfide, organic acids, organic content, porosity, permeability, metal x-ray diffraction, explosives concentrations, and biological (TBD). The format and organization for this database shall be recommended by the contractor and accepted by the USAEC. The contractor shall execute and gather the data (analytical data) and perform data reduction, analyzing data associations and trends, to be included in a final report, on both the corrosion parameters (photographs, UXO position within soil column, pit depths and distribution, scale composition, possible galvanic or stress effects, metal microscopic analysis), biological (to be decided), and soil chemistry parameters: Ba, Ca, Fe, Mg, Mn, Na ? ICP, Alkalinity -EDTA Titration - SM 2320B Mercury Nitrate Titration (SM 2320 B),pH -meter -(ASTM D-1293),Total Acidity Resistivity (initial) Instrumental ASTM D1125, Resistivity (minimum) Instrumental ? ASTM D-1125,Sulfate- turbidimetric ? ASTM D-4130, Sulfide ?Sulfide Ion Detector Tubes ? API RP-13B-1, Organic Acids ? Back Titration Method ? SM 2320 B modified, Moisture content ? Oven Dry Organic Content ? Muffle Furnace, Particle Size Distribution ? Sieve and Lazer methods, Soil Classification ? ASTM, Porosity ? by calculation or by measurement, Permeability ? by calculation or by measurement, Soil Energetic Concentrations according to draft EPA method 8095. A work plan (Sampling Plan, QA/QC, and Health & Safety Plan) shall be written and accepted by the Government prior to sampling and execution. The contractor is not expected to physically sample the soil adjacent to the ordnance, but is expected to provide the instruction and guidance to those explosive ordnance specialists prior to and during sampling (where necessary). There shall be approximately 100 soil samples, at least one per ordnance item, to characterize the general corrosivity of the soil. For cost estimating purposes assume no more than 2 samples shall be taken per ordnance, and that the first of those two samples shall be used for all of the testing listed above, except energetic analysis. The second sample shall be used for screening, while on-site, for energetics. Only 10 of those samples screened shall be analyzed for energetics using EPA draft method 8095. For cost estimating purposes assume that only one piece of metals, approximately 10 cm by 20 cm shall be shipped for pitting analysis, per ordnance item. A limited analysis of the scale is warranted (XRD) and pit density as well as deepest pit analysis shall be required. The Final Report shall cover all samples and analyses. The contractor shall update existing off-the-shelf UXO corrosion models with any new information gathered throughout the study: data trends and analysis. The updated model shall undergo testing based upon a test plan prepared by the contractor and accepted by the Government. The model shall be written in Visual Basic, version 6.0. This model shall be compatible with no less than a Pentium 300 processor, 32 MB memory,1 GB hard disk, 24X CD ROM drive (minimum hardware requirement). A copy of the operating model itself shall accompany the final report, as well as the computer code, in a fashion that the government can reproduce the software. The Government (USAEC) reserves all rights to copy and distribute the software, the software code, and the Final Report. It is the contractor?s responsibility to integrate all information into a coherent report, documenting all the data collected during this project, as well as the successes and failures of this project. Items and Data to be Delivered: Items and Data shall be delivered in a format, media, and documentation acceptable to the client and ITR. Reports: Work Plan including Model Test Plan, due 30 calendar days After Receipt of Order (ARO); UXO Database, due 450 calendar days ARO; UXO Corrosion Model, due 500 calendar days ARO; UXO Corrosion Final Report, due 500 calendar days ARO; Trip Reports and Meeting Reports, due 7 calendar days after conclusion of the trip/meeting; Monthly Cost and Performance Reports, due the 15th calendar day of each month. Expertise: The contractor is responsible for providing personnel with expertise in the following areas: Project Management; Laboratory QA/QC; Laboratory Safety; Soil Classification and Soil Properties Analysis; Inductively Coupled Plasma- Mass Spectroscopy; Chemical methods; Metal Corrosion Macro and Microscopic analyses, to include micron scale borings, hardness, scale analysis (x-ray diffraction analysis), pit count and depth analyses. Corrosion mechanisms and how they relate to ordnance manufacturing and materials. Ordnance configuration and disposal techniques, Technology Development, Testing, and Reporting, Development of new field sampling techniques, UXO Corrosion Work Plan development, Advective/diffusive transport mathematical modeling (chemistry and physics). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation shall not be issued. This solicitation is a Request for Quotation, reference Number 5TS5702C162. This RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-04. NAICS Code 541690, Other Scientific & Technical Consulting Services. This requirement is for a firm fixed price contract. Delivery and acceptance of all items shall be by the ITR (Information Technology Representative) in coordination with the government program manager at USAEC, 5179 Hoadley Road, Aberdeen Proving Ground, MD 21010-5401. USAEC is working in coordination with U.S. Army Corps of Engineers in Champaign, IL. Final delivery of all items for this task shall be 540 days from task award. The contractor shall complete the first 100 sample analyses in the first 360 calendar days of the task. Given the nature of this work (dependence on site investigations providing samples), the government anticipates the contractor shall experience periods where few samples arrive and period where many samples arrive simultaneously. All analytical and reporting shall be completed within 6 weeks of samples arriving. The place of performance shall be primarily at the contractor?s facility with applicable travel approved as part of this task. FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. All proposals received in response to this notice shall include the labor categories, wage rates and benefits. The prevailing wage determination will be incorporated in the subsequent award. Award shall be based on best value evaluation using criteria in the following order of importance: past performance, technical approach, staffing plan, and cost. Past Performance must include: Description of past projects to include project number your firm has completed which is similar in scope to this requirement. Include points of contacts and their phone numbers with titles. Each reference shall include a contracting and technical point of contact. The Government may supplement the information you provide with any other information it may obtain from any other source including its own experience with your firm, or information concerning your performance from any other reliable source. Technical Approach must demonstrate: Knowledge and understanding of this requirement. Methodology and analytical techniques to include the following: Overview of methodology guiding performance of the technical requirements, and a general description of how your technical approach will be applied to accomplishing the requirements. Logical sequence of tasks required to accomplish the requirements and related costs. The costs will be used to support partial payments throughout the task performance period. Identify specific techniques and steps that will be applied during the accomplishment of all tasks of this project. Staffing Plan must demonstrate personnel with respective knowledge/ability of applicable (technology, software and compliance with certification) requirements. List personnel?s experience with similar projects. Identify key personnel assigned to the project (sanitized resumes), certify that the information on key personnel submitted is true and complete and that those individuals are available for assignment the date the task order is effective. Individuals designated as key personnel shall be committed to the project for its duration and cannot be substituted or replaced without the written agreement of the CO. Provide cost that are both reasonable and realistic. A completed project staffing plan table shall be submitted with the price proposal. Procedures for Payment: Billing and payment shall be accomplished through GSA?s website IT Solutions (ITSS) in accordance with the contract terms. The invoice shall reflect the current month?s charges, a cumulative total, and identify the balance of funds remaining on the task through the current performance period. The contractor shall submit the invoice, and supporting documents, through ITSS to allow the client to electronically accept and certify services received by the client representative. The contractor is authorized to invoice only for work completed and accepted by the Government and approved travel, and/or other services ordered by GSA and provided in direct support of the client?s project requirements. In addition, a hard copy of the invoice shall be forwarded for payment to GSA Fort Worth office (General Services Administration, 299X, Greater Southwest Finance Center, P.O. Box 17181, Fort Worth, TX 76102-0114 also identified on the Standard Form 300) by the tenth day of the following month. Ensure ACT number is identified on each invoice. Failure to comply with the procedures outlined may result in payment being delayed. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- FAR 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Offers are due no later than 13 May 2002, 12:00 Noon, Central Time, to GSA/FTS, Mara E. Shultz, 10850 Lincoln Trail, Fairview Heights, IL 62208. E-Mail responses to virginia.mueller@gsa.gov are acceptable. Contact Virginia Mueller at (618) 398-4925 (voice) or Mara Shultz at (618) 398-4929 (voice) for information regarding this RFQ or fax (618) 398-4931.
 
Record
SN00069063-W 20020502/020430213523 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.