Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SPECIAL NOTICE

99 -- Crab Orchard Remediation - 8a Competitive Set-Aside

Notice Date
11/17/2004
 
Notice Type
Special Notice
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, D-7810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
DOI-SNOTE-041117-002
 
Archive Date
11/17/2005
 
Description
Special Notice - Solicitation No. 05SP811071 Place of Performance: Crab Orchard National Wildlife Refuge, Marion, IL Postal Code: 62959 Place of Performance Country: US Subject: Synopsis/8a Set Aside/Evaluation Factors Description: The Bureau of Reclamation has a requirement to implement remedial action for the demolition of the former Crab Orchard National Wildlife Refuge (CONWR) waste water treatment plant (WWTP) in accordance with the Comprehensive environmental Response, Compensation, and Liability Act (CERCLA), as amended; and the National Oil and Hazardous Substances Pollution Contingency Plan (NCP). The WWTP site covers approximately 50 acres, and includes the main treatment building and out-buildings, an anaerobic digester, sludge drying beds, two ponds, the surrounding area, and the outfall area consisting of ditches and streams. Remedial work consists of removal and off-site disposal of contaminated soil, sludges, and sediment; demolition and off-site disposal of all structures (minor amounts of asbestos-containing materials and coatings containing heavy metals including lead are present in some structures); possible treatment, and removal of water in impoundments; and site restoration. Primary contaminants are polychlorinated biphenyls (PCBs) and cadmium. Materials contaminated with PCBs will be disposed of in accordance with the Toxic Substance Control Act (TSCA). NAICS Code: 562910 This acquisition is being offered for competition limited to eligible 8(a) concerns using the Two-Step Sealed Bidding Process (FAR 14.5). Step one will consist of the submission of technical proposals and evaluation of offers as either acceptable, susceptible of being made acceptable or unacceptable. The evaluation factors that will be used are: (1) Proposed Approach to Complete the Work including- a. Method proposed to remove anaerobic digester floating roof. b. Method proposed to dewater sludge contained in the anaerobic digester. c. Proposed approach to test, handle, treat and dispose hazardous solids and liquids. d. Method proposed to eliminate the spread of contamination from contaminated areas to clean areas while excavating PCB-contaminated soils and sludge. e. Approach proposed to ensure that only contaminated materials are removed and disposed as hazardous. f. Approach proposed to verify that all contaminated materials have been removed from the site. g. Proposed equipment to be used in the demolition and excavation processes i. Identify equipment by Make, Model, and Age ii. Specify if equipment is owned or rented iii. Backup equipment sources to ensure the schedule is met (2) Past Performance. Offerors must furnish evidence of successful completion of at least 3 projects in the past five years that are comparable in size and complexity to this project, considering the following factors- a. Demolition and decontamination of wastewater treatment plants b. Demolition of anaerobic digesters c. Demolition of abandoned utilities, including but not limited to power, water, heat, communications d. Removal and treatment of wastewater and sludge e. Excavation and disposal of PCB-contaminated soil f. Verification of contaminant removal g. Segregation of waste streams h. Restoration of sensitive environments (3) Requirements and Certifications. Furnish evidence of mandatory Federal and State requirements for training and certifications in the following areas, for all personnel proposed to work on the project- a. Hazardous Materials (dust, asbestos, PCB, cadmium, and coatings containing heavy metals including lead) Handling, b. Hazardous Materials (asbestos, PCB, cadmium, and coatings containing heavy metals including lead) Transportation, including EPA ID number of transporter, c. Hazardous Materials (asbestos, PCB, cadmium, and coatings containing heavy metals including lead) Disposal, d. Laboratory certification for environmental sample analysis, e. Worker and supervisor training. NOTE: A formal site visit which will include a question and answer period will be conducted on December 9, 2004, 9:00 a.m. at CONWR in Marion, Illinois. 8(a) firms interested in participating in the site visit must contact the Contract Specialist Bill Holbert at 303-445-2448 or (bholbert@do.usbr.gov) to ensure that adequate facilities are available for the question and answer period. A copy of the specifications and drawings are available in PDF format, and will be furnished to interested offerors upon request from Bill Holbert.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142581&objId=90445)
 
Record
SN00709577-W 20041119/041117212133 (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.