Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

99 -- Asbestos Abatement

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223
 
ZIP Code
22060-6223
 
Solicitation Number
SC0800-04-R-0008
 
Response Due
5/3/2005
 
Archive Date
5/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Contractor shall provide all labor, supervision, equipment, tools, materials, and supplies required to: ???Collect and package asbestos contaminants from all warehouse surfaces, vents, stored materials and their containers ???Remove materials from all rough cut wood boxes, kegs, pallets or dunnage lumber and repack them into new similar configured containers ???Remove materials from finished wood boxes and kegs that can not be adequately cleaned and repack them into new similar configured containers ???Collect and package all contaminated wood containers (e.g. boxes, kegs, pallets, and dunnage lumber). ???Transport, and dispose of all contaminated waste (collected asbestos and contaminated wood products) at a licensed landfill or as otherwise dictated or permitted by prevailing State & Federal statute and codes ???Provide advance notification to the COR of planned hazardous materials disposal shipments that shall include the date, name and a copy of the certificate of the carrier, name and copy of the certificate of the disposal facility. ???Within one (1) working day after completion of disposal shipments provide the COR with a copy of the carriers bill of lading, and the receipt identifying the weight of the waste received from the disposal facility. ???As materials stored in section one (1) of warehouse T214 are cleaned or repackaged they shall be removed and relocated to Warehouse T211 to ensure all surfaces have been cleaned and the entire floor area is accessible for cleaning. ???Perform representative air samples of all affected spaces throughout the clean up process as prescribed by prevailing State and Federal statutes and codes. ???Samples shall be analyzed by an independent lab and the final air readings shall not exceed 0.05 f/cc. ???Apply an approved encapsulate for asbestos to effected surfaces (e.g. floors, ledges and packaging materials). ???Upon completion of all work, perform and document aggressive air samples as prescribed by CFR 1910.1001 or IN state regulations; whichever is more stringent, to verify levels are below 0.05 f/cc. ???Relocate cleaned commodities temporarily stored in warehouse T211 back to their original storage locations in section 1 of warehouse T214. ???All Asbestos Contaminated Materials (ACM) shall be isolated in section one (1) of Warehouse T214 until all commodities are relocated to Warehouse T211. The Contractor shall perform air sampling at prescribed intervals during the cleaning process and provide the results to the Contracting Officer???s Representative (COR) as soon as they are received. Personal Protective Equipment (PPE) will be required for use by his/her staff. The Contractor shall determine the appropriate type of PPE required, provide the equipment, and ensure that all staff are properly trained/certified in the use of applied PPE. This will be a performance based contract, so the contractor must provide a detailed proposal that identifies how each aspect of the work identified under the ???Requirements??? paragraph above will be accomplished and how it will meet or exceed the performance goals identified in this statement. The contractor shall propose a firm, fixed price for these products and services including visual inspection of work completed. The contractor shall provide an asbestos handling license with the proposal. Proposals shall be itemized to identify individual proposed tasks and individually priced to include all direct labor, materials costs, administration, overhead, and profit. To receive a complete copy of the solicitation please log on to our website at https://www.dnsc.dla.mil and then click on Acquisition on the left hand side of the screen or you may contact Sandra Anderson at the number below or Jennifer Iribarren at (703) 767-6500.
 
Place of Performance
Address: Defense National Stockpile Center, 15411 Dawkins Road, New Haven, IN
Zip Code: 46774
 
Record
SN00790728-W 20050421/050419211558 (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.