Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
MODIFICATION

Z -- ASBESTOS SURVEY

Notice Date
6/19/2002
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB1330-02-RP-0084R
 
Response Due
7/8/2002
 
Archive Date
10/8/2002
 
Point of Contact
Carla Echols, Contract Specialist, Phone (206)526-6370, Fax (206)526-6025,
 
E-Mail Address
Carla.A.Echols@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Amended for clarification of Solicitation AB1330-02-RP-0084R. The comprehensive survey and deliverables are at a fixed price. Contractor shall bid separately for 30 consultation hours on an as needed basis. Consultation hours shall include: (1) Monitoring the air quality for one day before the abatement work to get a baseline of air quality. The responsibility for air monitoring during the abatement work will be completed by the abatement contractor. Survey contractor will monitor air quality for one day after completion of abatement project to determine safe reentry for employees. (2) The contractor will be responsible for coordinating with the abatement contractor on an as needed basis and be available for consultation periodically during the course of the abatement work and upon completion of abatement work. The contractor will be responsible for coordinating with government officials concerning safety of all persons and property. Technical evaluation factors will be significantly more important than price in the evaluation of offers (70/30). The proposal must be received no later than 2:00 P.M., local time, July 8, 2002. For further information, please contact Carla Echols (206) 526-6370. NAICS Code is 562219 with a small business size standard of 11.5 million.This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation Notice is No. AB1330-02-RP-0084R. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. The Auke Bay Laboratory (ABL), one of four divisions of the Alaska Fisheries Science Center (AFSC), was first occupied December 5, 1960. The facility is located on the main road, approximately 12 miles north of downtown Juneau, in southeast Alaska. It is on the eastern shore of Auke Bay, which supports a rich marine environment. The ABL workforce consists of 70 permanent employees and 15-25 contractors and non-NOAA personnel; the annual operating budget is nearly $10 million. Present research involves six programs plus ABL administrative management. Statement of Problem: During the course of previous asbestos surveys and interim abatement projects, asbestos containing materials (ACM) in the buildings of the Auke Bay Laboratory have been identified. Recent renovation work in the genetics laboratory and the former dark room also identified potentially friable ACM on the pipe joints in the interstitial spaces above the laboratory. This source of ACM had not been identified during previous assessments. ACM associated with certain floor tiles, cove base and mastic had been identified during previous assessments, approximately 4,400 square feet of floor tiles and approximately 60 pipe joints in the Main building and the Butler building. The condition of the floor tiles and mastic within the laboratory buildings has deteriorated over time. A new project to update the survey, update air monitoring results, establish abatement priorities and monitor the abatement process is required. A copy of the previous survey is available upon request. Description of Work: The work will consist of a formal survey, analysis and testing to determine the location and condition of ACM. This survey will update the previous survey completed in September, 1995. The contractor shall perform a comprehensive asbestos survey of the Main and Butler buildings of the Auke Bay Laboratory to verify the location and condition of the known ACM within the buildings and to identify any unknown ACM. Previous survey results and the results of previous abatement projects shall be made available to the contractor prior to commencing work. Results from the new survey will be used to establish priorities for continuing abatement of ACM from the buildings. Priorities for removal of the ACM from specific work areas shall be established by the AFSC Safety and Environmental Compliance Officer and the ABL Director, in coordination with the contractor. The contractor shall also help design an abatement work plan that is safe, effective and minimizes the disruption and dislocation to laboratory personnel. The contractor shall investigate the condition of the plumbing pipe insulation and floor tiles to determine the best course of action for safe removal or encapsulation. This investigation shall include accurately diagraming the location of affected pipe joints, analytical testing of potential ACM and preparation of a work plan for the safe and appropriate abatement techniques to be used by the abatement contractor. It is estimated that approximately 20 samples will be required for laboratory analysis, from an accredited laboratory. The contractor shall also coordinate with the abatement contractor to ensure that all asbestos work is performed in a safe, efficient and compliant manner. Class I, Class II, Class III and Class IV asbestos work, if any, shall only be performed by employees of the contractor trained and certified in accordance with the requirements of OSHA (29 CFR 1926.1101). The contractor shall provide NOAA copies of its employees current training certifications prior to commencing work. If required, the contractor shall provide all required personnel protective equipment to its employees. Employees who are required to work in "regulated areas" must also be provided with clean rooms, shower rooms and other facilities as required by the OSHA standards. The methods of work shall be so designed as to prevent any contractor or government employee's exposure in excess of 0.1 fibers per cubic centimeter of Air Monitoring: The contractor shall provide all labor and materials to monitor asbestos fibers in the buildings air prior to the start of any ACM abatement work. The contractor shall be available on an hourly basis for consultation services periodically during the course of the abatement work and upon completion of abatement work. The contractor shall assume sole and complete responsibility for the entire job site during the course of its work, including the safety of all persons and property. A report of the complete monitoring results shall be turned over to the Auke Bay Laboratory Director. Period of Performance: Due to the ongoing safety and environmental concerns caused be the presence of deteriorating asbestos containing materials in the workplace, time is of the essence in completing the project. In addition, the construction season in Alaska is limited due to severe winter weather conditions. Therefore, the Contractor shall be required to a.) Commence work under the contract within 7 calendar days after the Contractor receives the notice to proceed, b.) Prosecute the work diligently, and c.) Complete the entire work plan, ready for use, not later than thirty days after receipt of the notice to proceed. Deliverables: Upon completion of the project, the contractor shall provide to the Auke Bay Laboratory Director, in electronic format: (1) A comprehensive report of the tasks performed, (2) The contractor's prioritized recommendations for abatement activities, (3) All analytical test results, (4) Annotated drawings showing the location and condition of ACM in the Main building and the Butler building. (5) All air monitoring test results, and (6) A recommended work plan for conducting the abatement activities. Technical evaluation factors are listed in descending order of importance with Factors B and C being equal. Factor A: Demonstrate successful past performance experience on similar asbestos surveys and consultation projects. Factor B: Demonstrate familiarity with Federal, State of Alaska and local Juneau compliance requirements for asbestos survey and abatement projects. Knowledge of local regulations and limitations for proper disposal of asbestos contain materials. Factor C: Demonstrate proper level of certification, qualifications, education and training necessary to satisfactorily complete the assigned scope of work and include identification of laboratory to perform analysis of ACM samples. Factor D: Demonstrate successful experience while working with, and coordinating with, qualified asbestos abatement contractors. The proposal shall be prepared in accordance with FAR 52.212-1, Instructions to Offers - Commercial Items, and the offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212.4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items is applicable. Include the additional clauses 52.203-6 (Alt. 1); 52.216-1; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9 (Alt. 1); 52.232.34; CAR 1352.201-70; 1352.201-71. This is a firm fixed price contract. The proposal must be received no later than 2:00 P.M., Pacific Time, June 25, 2002. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. This is a 100% small business set-aside. See numbered note 1, and 23. For further information, please contact Carla Echols (206) 526-6370. NAICS Code is 562219 with a small business size standard of 11.5 million. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00097235-W 20020622/020620214420 (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  © 1994-2020, Loren Data Corp.