Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
MODIFICATION

Q -- AMENDMENT NO. 0001. ANALYSIS OF GROUNDWATER AND DRINKING WATER SAMPLES FOR TRIPLER ARMY MEDICAL CENTER LANDFILL, OAHU, HAWAII. FIRM FIXED PRICE SERVICE CONTRACT.

Notice Date
2/20/2004
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-04-T-0005
 
Response Due
2/27/2004
 
Archive Date
4/27/2004
 
Point of Contact
Carrie Wakumoto, (808)438-8591
 
E-Mail Address
US Army Corps Of Engineers, Honolulu
(carrie.wakumoto@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a small business set-aside firm fixed price service requirement. A copy of the Request For Quotation (RFQ) and Amendment No. 0001 is available in portable document format (.pdf) at the following website: http://www.poh.usace.army.mil/pohct/co ntracting.asp. Fax (808)438-8588 or mail your quote by the closing date and time. 1. Background and Purpose. The Tripler Army Medical Center Landfill (TAMCL) is located on the Moanalua Ridge of the Koolau Mountain Range. The landfill was capped in 2001 and an Operation and Maintenance (O&M) Plan developed as part of the State of Hawa ii closure requirements. Four (4) groundwater monitoring wells were constructed and developed during the construction of the landfill cap. The purpose of this project is to conduct further monitoring of groundwater from the four (4) wells and two (2) nea rby drinking water sources for chemicals identified in the O&M Plan over eight (8) fiscal year quarters (to include the current quarter). The Government will collect all water samples and be responsible for transporting the samples. The Contractor shall be responsible for the laboratory analysis of the samples received in accordance with paragraph 3.3 and provide written laboratory results in accordance with paragraph 3.4 under the schedule provided in paragraph 4. The analyses must be performed in a Cor ps validated laboratory using U.S. Environmental Protection Agency procedures and methods. 2. Major Work Tasks. 2.1. Coordinate with Environmental Technical Branch. 2.2. Provide Sampling Supplies and Arrange Shipment of Samples. 2.3. Perform Labora tory Analyses. 2.4. Provide Written Laboratory Results. 3. Detailed Work Tasks. 3.1. Coordinate with Environmental Technical Branch. 3.1.1. The Contractor shall coordinate with the Government Project Manager (PM) to provide pertinent project inform ation relating to project specific requirements and analytical quality control procedures. The PM for this project is Mr. Mark Arakaki, (808) 438-6929. The Contractor shall retain all records of custody, analytical raw data, and final reports. These rec ords shall be available for inspection by the Government during and subsequent to contract completion. 3.1.2. The Contractor shall designate a single point of contact to coordinate with the PM to ensure that sufficient amounts of sampling supplies are pr ovided to the PM in a timely manner, so that the Government can meet the deadlines for fieldwork. The Contractor shall also ensure that arrangement for shipping of the samples is conducted properly to preclude any problems with holding times, shipping fee s, or agricultural inspections. 3.1.3. The Contractor shall meet with the PM, if deemed necessary by the PM, to discuss shipping arrangements, laboratory results, or any other related matter that requires coordination or resolution. 3.1.4. The Contract or shall submit an Accident Prevention Program Administration Plan (POD Form 248-R (Rev) 1 Mar 95 and an Activity Hazard Analysis (POD Form 184-R (Rev) 22 Apr 91) to the U.S. Army Corps of Engineers Safety and Occupational Health Officer or Government Repr esentative for review and acceptance. The Contractor shall not commence with work until these are accepted. The U.S. Army Corps of Engineers, “Safety and Health Requirements Manual,” EM 385-1-1, which describes the required safety plans and for ms may be found at the following website: http://www.hq.usace.army.mil/soh/em385/current/current38511.htm 3.2. Provide Sampling and Shipping Supplies. 3.2.1. The Contractor shall provide but is not limited to all material and supplies for the sampling, such as, supply coolers, sampling containers, packing materials, and blue ice. 3.2.2 The Contractor shal l provide chain-of-custody forms and proper shipping forms for overnight delivery. 3.2.3 Note: The Government will be responsible for shipping the packaged samples directly to the laboratory. 3.3. Perform Laboratory Analyses. 3.3.1. The Contractor shall perform the following analyses of the water samples in accordance with appropriate U.S. Environmental Protection Agency procedures and methods in a Corps-validated laboratory as indicated in Table 1 of the RFQ. 3.3.2. Reporting Limits. Although all analytes shall be reported under each method, there are required Practical Quantitation Limits (PQL) under this Scope of Work for certain analytes as listed in Table 2. 3.4. Provide Written Laboratory Results. 3.4 .1 Data shall be reported by sample or by test and be submitted as one (1) hard copy and one (1) electronic copy to the PM. Pertinent information shall include, at a minimum, field sample identification, USACE sample identification, Contract Laboratory s ample number, date sample collected, date sample received at the Laboratory, date sample extracted/prepared, date sample analyzed, extraction/preparation/cleanup/analysis procedures(s) used, laboratory preparation batch number(s), laboratory analytical bat ch number(s), dilution factors, all analytes tested for and their associated reporting limits, matrix, units, sample description, and preservation methods. Both the original and diluted results shall be reported for samples that are reanalyzed due to cert ain analytes that have exceeded calibration ranges. Results can be combined together on a single report sheet. 3.4.2 All of the associated method Quality Control (QC) information, even if this information was run on another clients sample, shall be repo rted. This information shall include method blanks, laboratory control samples, matrix duplicates, matrix spikes, matrix spike duplicates, surrogate spikes, and other method specific QC that may have been run. Spiking levels shall be clearly shown. This QC information must be specific to the batch that the field sample analysis was associated with. Batch numbers shall be clearly shown. Method specific QC information must be reported with all acceptance criteria clearly shown. All method QC must meet t he acceptance requirements as stated in this contract. Any deviations from this acceptance criteria must be identified with appropriate corrective actions that have been conducted. 3.4.3 The Contractor shall submit as a separate item in their proposal, cost for a raw data package to be submitted in electronic (i.e. pdf) format and one (1) hard copy. 4. Schedule. The Government plans to perform field sampling according to the following schedule. All analyses and reports shall be submitted to the PM qu arterly according to the schedule indicated in the RFQ.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA83/W9128A-04-T-0005/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230 Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00527601-F 20040222/040220233653 (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.