Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
MODIFICATION

Y -- REMOVAL OF UNDERGROUND STORAGE TANK - FUEL

Notice Date
5/23/2005
 
Notice Type
Modification
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
 
ZIP Code
31524
 
Solicitation Number
LGL05Q00135
 
Response Due
5/26/2005
 
Archive Date
6/10/2005
 
Point of Contact
Cynthia Doster, Contract Specialist, Phone (912) 267-2886, Fax (912) 267-3132, - Marsha Vereen, Procurement Technician, Phone 912-267-2542, Fax 912-280-5343,
 
E-Mail Address
Cynthia.Doster@dhs.gov, marsha.vereen@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT TO COMBINED SYNOPSIS/SOLICITATION: Various portions of the below synopsis solicitation has been amended to clarify reuirements. The portions changed are in all capital letters and includes clarification on disposal of piping, sludge and fuel; capping of vent piping to avoid tearing up existing asphalt; the tank is permitted; and, normal testing times are acceptable. The due date for quotes is extended from 5/24/2005 to 5/26/2005. END OF AMENDMENT. This synopsis/solicitation is for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a separate solicitation will not be issued. Request for Quotation number LGL05Q0135 shall be referenced on any quotation. This procurement is 100% set-aside for small businesses. The NAICS code is 238910, which has a size standard of $12 million. This contract action will result in a Firm-Fixed Price Purchase Order. The Federal Law Enforcement Training Center (FLETC) has a requirement to removal an underground storage tank at Building 101, 1131 Glynco Parkway, Glynco (Brunswick), GA. SCOPE: C.1 GENERAL DESCRIPTION: a. It is the declared and acknowledged intention and meaning to obtain all labor, material, equipment, and supervision for the removal and disposal of one 10,000 gallon underground storage tank, fuel dispenser unit and associated piping at Building 101. Fuel type is diesel DF2. Tank and associated piping shall be removed in accordance with Federal, State, and Local regulations. IT SHOULD BE NOTED THAT THE TANK IS PERMITTED. C.1.2. UNDERGROUND STORAGE TANK REMOVAL: The Contractor shall remove tank in accordance with Georgia State Regulation 391-3-15, Underground Storage Tanks. Closure Plan and Closure Permit, and after structural shoring is in place, remove one 10,000 gallon fiber-glass underground storage tank and associated piping. The Contractor shall follow API 1604 procedures for removal and disposal of used underground storage tanks as referred by 40 CFR 280 and GA 391-3-15. The tank previously held no. 2 fuel. The tank shall be emptied by the Contractor down to one inch of product or less remaining in the tank. The Contractor shall remove all concrete and asphalt, and dispose of in accordance with state and local regulations. Site is to be compacted and restored with bituminous asphaltic concrete to match the asphalt in the surrounding area. The site plan is included as attachment sketch 1. b. Associated piping is to be removed and disposed of. This includes the vent, supply, and return lines; HOWEVER, VENT PIPING MAY BE CUT BELOW GRADE, CUT IN THE HOLE, PROPERLY CAPPED, AND LEFT IN PLACE. c. The site assessment shall be performed under the direct supervision of a qualified Ground Water Environmental Consultant or Environmental Engineer, as defined in GA 391-3-15. The excavation crew and the excavation site shall also be under the direct supervision of a qualified Environmental Consultant or Environmental Engineer. d. The Contractor shall perform a Site Assessment in accordance with GA 391-3-15 and the Site Assessment Plan. Wells are not to be installed for this site assessment. The Contractor shall submit to the Government for approval a copy of the Site Assessment Report prior to submittal to G.A.E.P.D. This includes copies of the Sampling Report and signed standard reporting forms. e. The Contractor shall screen soil during removal using a Flame Ionization Detector (FID) with 100 PPM as a screening level for soil segregation. STANDARD TESTING TIMES ARE ACCEPTABLE. f. Samples of soil are to be taken in accordance with Federal and State regulations. g. The Government believes the soil under the tanks to be uncontaminated. All soil removed shall be staged in an area designated by the Government Representative. Soil shall be placed on 6-mil plastic. The Contractor is responsible for obtaining, loading and transporting the back fill to the site. The excavation can be back filled once the sample results from the analysis show the soil is uncontaminated. All disturbed areas are to be restored to the original condition after back fill. C.1.3. TANK CLEANING AND DISPOSAL OF TANK AND CLEANING SOLUTION. a. The Contractor shall be responsible for cleaning and disposing of the tank and all associated piping once removed. The cleaning solution shall be disposed of as hazardous waste. The Contractor shall complete a Georgia Hazardous Disposal Waste Manifest. The manifest must be submitted to the Government 48 hours prior to transporting fluid from FLETC property. The Government will be the generator and sign that portion of the manifest at the time of shipment. b. The fluid shall be collected and loaded onto a Contractor furnished truck by Contractor personnel. Before loading of the fluid for transporting, the Contractor shall submit copies of the Hazardous Waste Hauler certificate and copies of the TSD facility permit, to the Contracting Officer for verification and approval. SLUDGE AND FUEL REMAINING IN THE TANK, SHALL BE DISPOSED OF IN ACCORDANCE WITH ALL LOCAL, STATE AND FEDERAL LAWS. DISPOSAL METHOD MUST BE APPROVED BY THE GOVERNMENT PRIOR TO DISPOSAL. C.1.4. THE CONTRACTOR SHALL RENDER THE TANK USELESS. a. After the tank has been rendered useless and cleaned, the Contractor shall dispose of the tank in accordance with all Federal, State and Local regulations. The piping shall also be REMOVED FROM THE SITE AND DISPOSED OF AFTER CLEANING. DISPOSAL METHOD MUST BE APPROVED BY THE GOVERNMENT. b. Prior to starting this portion of the work, the Contractor shall submit a plan describing the location and the method the Contractor intends to use to clean the tank and piping, collect the fluids, and render the tank useless. After the tank is rendered useless, the Contractor shall provide certification that the tank and piping have been disposed of properly. CLAUSES AND PROVISIONS: The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors Commercial Items (JAN 2005); FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MARCH 2005) - all Quoters must include a completed copy of this provision with their quote (This includes ORCA registration); FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items (OCT 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.225-13, 52.232-33; in paragraph (c) 52.222-41,52.222-42, 52.222-44. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. CENTRAL CONTRACTOR REGISTRATION: Quoters must be registered in the Central Contractor Registration (http://www.ccr.gov) and ORCA (www.orca.gov) to be eligible for award. QUESTIONS: All questions concerning this RFQ shall be submitted in writing via e-mail to Cindy Doster at cynthia.doster@dhs.gov no later than Thursday, May 12, 2005. Questions will not be answered orally. SUBMISSION OF TECHNICAL AND PRICE QUOTES: The SEC shall take into consideration the following factors: 1) technical capability (go/no go), 2) corporate experience, 3) past performance, and 4) price. Quoters shall submit the originals of the Technical and Price Quotes containing all of the information set forth herein to Cindy Doster. Technical and Price Quotes must be received on or before 4 PM on May 26, 2005. Quotes received after the deadline may not be considered. If email is used, the signed originals must be received within 2 days of the closing date. Technical and Price Quotes may be delivered either by US mail, Federal Express, or email, no later than the date and time specified, to: Cindy Doster, Contract Specialist, Federal Law Enforcement Training Center, PRO-93, 1131 Chapel Crossing Road, Glynco, GA 31524 or via email to cynthia.doster@dhs.gov. The Price Quote shall be complete and accurate in all respects to demonstrate the Quoter?s ability to satisfactorily perform the work called for by this RFQ. TECHNICAL QUOTES shall be divided into the following sections: 1) Technical Capability: Each Quoter shall address the requirements of the statement of work, demonstrate its ability to comply with each requirement, and explain how such compliance shall be achieved. Quoters shall provide a list of key project staff and lines of responsibility and authority. A list of labor categories and the number of employees under each category shall also be included. Quoters shall provide examples of a Site Assessment Plan and Site Assessment Report. The Technical Quote shall not contain reference to the Price Quote; however, resource information such as data concerning labor hours, staffing, and sub-contracts, if any, shall be contained in the Technical Quote so that the Quoter?s understanding of the scope of work may be evaluated. The technical quote is NOT limited. HOWEVER, WHILE KEEPING ALL THE NECESSARY DATA, THE TECHNICAL PORTION SHOULD BE AS SHORT AS POSSIBLE. THE TECHNICAL QUOTE MUST BE double spaced, with font size no smaller than 12 point. 2) Key Personnel: Resumes shall be submitted for each proposed person designated as key personnel (e.g., Project Manager, Environmental Consultant and/or Environmental Engineer, Foreman, supervisors, and other management individuals performing critical roles on this contract, including any subcontractors). Resumes are limited to one page, single spaced, with font size no smaller than 12 point. Technical proposals will be evaluated on a go/no go basis. 3) Corporate Experience: Quoters shall discuss their corporate experience, within the past two years, with providing services that are similar in size and scope to the FLETC?s requirements. Quoters shall also specify the following: location of the company; company contact person, address, telephone number, email address, and, web page address. 4) Past Performance: Quoters shall provide the following information for 3 contracts performed (federal or commercial) within the past two years to demonstrate that the Quoter has successfully performed contracts for similar services: Name of company; Contract number; Contract type; Total contract value; Description of the contract work; and, Contracting Officer or similar representative and his/her telephone number. Quoters shall also provide a list of contracts terminated, if any, before the contract expired. 5) Price: Quoters shall provide a firm-fixed price for the services required in the Statement of Work. The Government reserves the right to award without discussions and to use the method described at FAR 13.106-2 to evaluate quotes. PLEASE NOTE: Please contact Cindy Doster via e-mail (cynthia.doster@dhs.gov) for a copy of Attachment 1.
 
Place of Performance
Address: 1131 CHAPEL CROSSING ROAD, BRUNSWICK, GA
Zip Code: 31524
Country: USA
 
Record
SN00813468-W 20050525/050523211524 (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.