Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2004 FBO #0966
SOLICITATION NOTICE

13 -- Demolition and Encapsulation (Decommissioning)

Notice Date
7/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
440100003180
 
Response Due
7/21/2004
 
Archive Date
7/21/2004
 
Point of Contact
Angel Matthews-Warren, Contracting Officer, Phone (202) 927-8685`, Fax (202) 927-8688, - April Lowe, Contracting Officer, Phone (202) 927-7718, Fax (202) 927-2986,
 
E-Mail Address
Angel.Matthews-Warren@atf.gov, April.Lowe@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) intends to negotiate a sole source procurement with BEST Technology Systems, Inc., located at 12024 S. Aero Drive, Plainfield, IL 60544, to provide contractor services for Demolition and Encapsulation (Decommissioning) at the ATF Headquarters building in Washington, DC. The solicitation number for this RFQ is 440100003180. The following provisions and clauses are incorporated by reference: FAR Part 52.212-1 (Instructions to Offerors ? Commercial Items), 52.212-04 (Contract Terms and Conditions - Commercial Items), 52.212-05 (Contract Terms and Conditions Required To Implement Statues of Executive Orders ? Commercial Items), 52.232-33 (Payment By Electronic Funds Transfer ? Central Contractor Registration. The NAICS code for this requirement is 238910 with a size standard of 12,000 employees. The following services are required: setting up negative pressure containment in the shooting range; constructing a full decontamination unit for workers and equipment; containerizing all spent lead projectiles; recycling spent lead projectiles; pre-cleaning the bullet trap area to remove bulk lead dust; disassembling and decontaminating bullet trap and dispose of as a recyclable metal; decontaminating re-usable lamellas to be reused by contractor; cutting and packaging non-usable lamellas as lead contaminated hazardous waste; removing and packaging pre, secondary, and HEPA filters; disassembling and decontaminating side-wall deflectors, floor fairing, over-trap, ceiling, baffles, and safety ceiling and disposing of them as a recyclable metal. HEPA vacuum and wet-wipe filter housing only - no ventilation ducts are to be used. All surfaces left inside the range shall be HEPA vacuumed and wet-wiped two (2) times; The floor and walls shall be sampled by a third party consultant (after the encapsulant dries) using wet-wipe sampling methods to detect the presence of lead dust. Range ventilation system to stay intact and all vents and opening are to be sealed by the owner to contain all lead dust inside the range ventilation system as an enclosure. Services shall include prompt shipping of equipment and parts to and from the ATF Headquarters building for the Demolition and Encapsulation (Decommissioning) services. Evaluation factors in declining order of importance are as follow: Quality, Technical Capability and Price. Quotes must include price and product literature information that lists specifications. Award shall be based on meeting the technical specifications listed above on an ALL OR NONE basis, and price. This award shall be for one base year, with two (2) one-year options. The contractor shall be registered in the Department of Defense?s Central Contractor Registration database www.ccr.gov to receive this award. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All interested parties must submit a quote no later than 12:00 noon Eastern Daylight Time, July 21, 2004. Quotes are acceptable via facsimile at (202) 927-7311 or email at: angel.matthews-warren@atf.gov
 
Place of Performance
Address: Washington, DC
 
Record
SN00625724-W 20040719/040717211538 (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.