Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

99 -- Remove Underground Storage Tanks

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
 
ZIP Code
65305
 
Solicitation Number
Reference-Number-F4E3Z75096A100
 
Response Due
7/8/2005
 
Archive Date
7/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F4E3Z75096A100. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(3), (b)(5), (b)(6-11), (c)(1-2), and e; DFARS Provision 252.204-7004, Required Central Contractor Registration (Mar 1998); DFARS Clause 252.232-7009, Payment by Electronic Funds Transfer (CCR)(Jun 1998). Registration is required in the CCR database in order to receive a Government contract. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote. Provide all supervision, personnel, equipment, transportation and other items necessary to Remove Emergency Underground Storage Tanks at Whiteman AFB, Missouri in accordance with attached Statement of Work. The Wage Determination No.94-2307, Revision 30 applies to this acquisition. It can be found at: http://www.wdol.gov/wdol/scafiles/std/94-2307.txt The performance period for this contract will be 30 calendar days after Notice to Proceed is issued. The contract will be a Firm Fixed Price (FFP). The applicable North American Industry Classification System (NAICS) Code is 811310. The Small Business Size Standard is $15,640,808.00. Award will be based on the Best Value to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be E-Mail to the following E-Mail address: thelma.toribio@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of TSgt Thelma Toribio. NOTE: Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. STATEMENT OF WORK Remove Emergency Underground Storage Tanks BLDG's 114, 140, 1125 Whiteman AFB MO 1. GENERAL REQUIREMENTS: The scope of this project is to clean, remove, and dispose four 4 emergency underground storage tanks (UST) at Whiteman AFB MO. All work associated with the UST cleaning and scraping shall be performed in compliance with the Missouri Department of Natural Resources (MDNR) and Environmental Protection Agency (EP A) Regulations, American Petroleum Institute (API) Recommended Practices, National Fire Protection Association (NFPA), and the National Institute for Occupational Safety and Health Administration (OSHA). 1.1 The contractor shall conduct the necessary sampling and analysis of the tank(s) residues to characterize the material to meet the requirements of the treatment disposal facility and all federal, state, and local regulatory requirements. List one sample for each catchment basin analyzed/tested for all BTEX, TPH, MTBE, flash, and ignitability. Samples will only be taken if contamination is present. 1.2 The contractor shall develop, implement, maintain, and supervise a comprehensive equipment scraping plan for tank safety and cleaning operations based on the guidance provided in these specifications. The contractor shall submit this plan to the Contracting Officer for approval (509 CONS/LGCA, 727 Second Street, Whiteman AFB MO 65305), prior to notice to proceed. In addition, the contractor shall submit, and maintain on site, a site Safety and Health Plan. The contractor shall submit both plans (one copy each) to the Contracting Officer for approval prior to starting site work. 1.3 The contractor shall furnish all labor, materials, tools, supplies, and equipment required for tank dismantling, cleaning, temporary storage, hauling, and off-site disposal of the residues. The contractor shall submit the location of the facility, phone number, and point of contact, where the cleaned storage tank(s) tank pieces, and debris will be disposed (suggested source: American Compressed Steel) for recycle metal. The contractor is responsible for providing weight tickets proving weight of metal disposed of for recycling. All funds from recycling scrap metal is to be given/returned to the base recycling designated account (provided by 509 CES/CEV). 1.4 The contractor shall return the site to its original condition after the completion of the work.. This shall include, but not be limited to, debris removal and spill clean-up. 1.5 The contractor shall obtain all permits for this project, including MDNR drillers permit for bore holes greater than 10 foot in depth, needed for this project and will ensure employees/personnel have all necessary licenses and individual permits needed to accomplish the work. The contractor shall submit a copy of all licenses and permits to the Contracting Officer for approval. 2. SITE CONDITIONS: The contractor shall be specifically responsible for the coordination and proper relation of work to the site and to the work of all trades. It is recommended that the contractor visit the site and thoroughly familiarize himself with all details of the work and working conditions prior to beginning work. The contractor is responsible for verifying all dimensions and for reporting to the Contracting Officer any discrepancies that may affect performance of the work represented by contract drawings and specifications. 2.1 Regular working hours for Whiteman AFB are 0730 to 1630 Monday through Friday, except for legal holidays and declared wing down days. The contractor will be required to follow these working hours with requests for variances submitted in writing to the Contracting Officer a minimum of 48 hours in advance. 2.2 Temporary storage on site is limited and must be coordinated with the Contracting Officer 24 hours in advance of actual use. 2.3 Any temporary disconnections of utilities, or a portion of the facility must be submitted in writing 48 hours in advance and approved by the Contracting Officer or his/her designated representative. 2.4 The contractor shall be specifically responsible for the coordination and proper resolution of work to the site and to the work of all trades. Upon completion of the tank cleaning and determination of no further contamination by the Contracting Officer (with 509 CES/CEV assistance), the contractor will be responsible for providing material, labor, and equipment necessary to dismantle and scrap the UST metal. 2.5 The contractor will have ten (10) working days upon Notice of Award/Notice to proceed to begin work on site and have 30 days from beginning work to completion of work. Request for variance to these time limits must be submitted in writing to the Contracting Officer at least five (5) working days in advance. 3. SUBMITTALS, CERTIFICATES, AND SHOP DRAWINGS: Two copies of each of the submittals, certificates and shop drawings shall be submitted (within the time indicated) to the Contracting Officer for approval after the Notice to Proceed has been given. The Contracting Officer shall provide one (1) copy to the 509 CES/CEV. TIME TO SUBMIT ITEM PARAGRAPH TYPE FROM CONTRACT AWARD Record of Past UST Removal 5 Letter 7 References 6 Letter 7 Proof of Employee Instruction & Trng 7 Ltr or Cert 7 Laboratory Accreditation 8 Certificate 7 Site Safety & Health Plan 9 Letter 7 Sampling Plan 1.2 Letter 7 Comprehensive Tank Cleaning,Dismantling & Disposal 10 Letter 7 Solid Waste Transporters Permit 11 Permit 7 License of Waste Disposal Facility 12 Letter Permit 7 4. SUBMITTALS, CERTIFICATES, AND SHOP DRAWINGS: Two copies of the following submittals, certificates, shop drawings and all negatives of the pictures taken shall be submitted to the Contracting Officer after the tank(s) have been cleaned, and after the tanks are dismantled. The Contracting Officer shall provide one (1) copy to the 509 CES/CEV TIME TO SUBMIT ITEM PARAGRAPH TYPE AFTER UST REMOVAL Results from Sampling & Analysis 13 Certificate 15 of Tank, Sludge/ Residues Manifest of Hazardous Waste 14 Certificate 15 Disposal (if required) Disposal of Hazardous Material 15 Certificate 15 (if required) UST Closure 16 Report 20 5. RECORD OF UST REMOVAL: The contractor must have at least three (3) years experience at removing Underground Storage Tanks and shall be fully competent in all aspects of all federal, state, and local regulations concerning their cleaning, dismantling, removal and proper disposal. Experience shall also include the removal of at least 30 UST of similar nature. 6. REFERENCES: The contractor shall provide references of previous UST removal. Information shall include: name of organization, mailing address, phone number, and a point of contact familiar with the UST removal project. 7. EMPLOYEE INSTRUCTION AND TRAINING: The contractor shall provide a record of employee training and instruction. Instruction and training shall include, but not be limited to: sampling tank residuals, air sampling for explosive vapor, perform tank safety and cleaning procedures, be trained and thoroughly familiar with the safety precautions, procedures, and equipment required for controlling the potential hazards associated with this work and confined space entry procedures. All certificates shall clearly state training received and be dated within one (1) year prior to date of work beginning. Particularly 40 hour HAZWOPER (hazardous waste) training and/or 8 hour HAZWOPER refresher training and confined space entry training. 8. LABORATORY ACCREDITATION: The contractor shall submit to the Contracting Officer for approval a certificate attesting to the fact that the Laboratory meets or surpasses the detection limits below the type of analysis being conducted. The contractor shall submit documentation of a written and well documented quality control program. Test results shall be accompanied with laboratory QA/QC reports as verification of analysis accuracy. ANALYTE Total BTEX 1(Soil) Total BTEX 1 (Water) TPH3 MTBE4 MTBE4 DETECTION LIMIT 0.05 pprn2 0.005 pprn2 5.0 pprn2 0.025 ppm2 (soil) 0.005 pprn2 (water) ANALYSIS METHOD EPA Method 8015 (OAl/OA2) EPA Method 8015 (OAl/OA2) EPA Method 8015 (OAl/OA2) EPA Method 8015 (OAl/OA2) EPA Method 8015 (OAl/OA2) 1 BTEX - Benzene, Toluene, Ethyl benzene, and Xylenes 2 ppm - Parts per Million 3 TPH - Total Petroleum Hydrocarbons 4 MTBE - Methyl Tertiary Butyl Ether 8.1 The contractor shall obtain all necessary written instructions and forms from the laboratory performing the analysis. These instructions shall include, at a minimum, sampling instructions, storage instructions, chain of custody documentation forms for the samples, and shipping instructions. Extra forms should be obtained by the contractor. 8.2 At a minimum, all samples shall be stored in a cooler packed with ice to cool the samples to at least 4 degrees Celsius (39 degrees Fahrenheit) and delivered to the laboratory within 24 hours of collection. All samples must be analyzed by the laboratory within 14 days of sample collection. If the laboratory uses additional or more restrictive requirements, they shall be followed. 8.3 The MDNR approved chain of custody for the acquisition; handling and transportation of all samples shall be followed by the contractor. 9. SITE SAFETY AND HEALTH PLAN: The contractor shall submit to the Contracting Officer for approval a comprehensive site safety and health plan that follows the rules, regulations, and guidelines of the API, NFPA, OSHA, ANSI, EPA, and MDNR. 9.1 At a minimum, the Safety Plan shall include, personal and work site safety equipment, control of ignition sources, air monitoring (fire and explosive vapor conditions, oxygen, and toxic substances), first aid for injured workers and emergency procedures, fire prevention and containment, confined space entry and rescue, and respiratory protection. The approved plan must be maintained on site at all times by the contractor. Due to the base medical facilities being restricted to military members, active, and retired, and of limited service, emergency help will have to be administered at a local hospital. 10. COMPREHENSIVE EMERGENCY UNDERGROUND STORAGE TANK REMOVAL AND DISMANTLE/DISPOSAL PLAN: The contractor shall submit to the Contracting Officer for approval a comprehensive plan for UST safety, cleaning, dismantling, removal, and disposal operations based on his experience and on the guidance provided in this statement of work. 10.1 At a minimum, the plan shall include pumping the UST, cleaning of the UST by triple rinsing with high pressure wash, and the dismantling/disposal of the metal for recycling. All residues from cleaning shall be collected and deposited of in a permitted waste disposal facility. The plan for removal shall include plans for sampling residues inside the UST, and the rinsate. 10.2 After cleaning and prior to disposal, the UST may be temporarily stored in the area of the existing site. The UST(s) shall be disposed of and destroyed by recycling through melting at a site off base designated by the contractor and approved by the Contracting Officer. At no time shall the contractor allow any parts of the tank, or waste, to be reused, or sold to another party. All material temporarily stored must be stored such that it is protected from the elements and will not further contaminate the environment (i.e., stored on and covered with .06 mil plastic as a minimum). 10.3 All hazardous waste will be manifested through the 509 CES/CEV before transporting (if required). 10.4 One (1) copy of manifests for special, non-hazardous (non-RCRA) waste will be provided to the 509 CES/CEV before transporting. 10.5 Mere acceptance of the hazardous waste at a properly permitted Treatment, Storage, and Disposal Facility (TSDF) does not meet the definition of final treatment/disposal for this work. The contractor shall be responsible to obtain all necessary documentation to prove that the final treatment/ disposal of all items has been accomplished at EPA/State approved facility for each waste that is accepted. This documentation shall be attached to the certificate of disposal and submitted to the Contracting Officer and included in the closure document. 10.6 All liquids/sludge shall be stored in 55 gallon, sealable drums ready for transport to the disposal facility. The drums shall be separated by hazardous/non-hazardous waste and appropriately labeled. All drums will be weighed and the weight clearly marked for registration with the 509 CES/CEV prior to shipment removal. The contractor will be responsible to provide the drums, weigh scale, and coordination of manifests with 509 CES/CEV. If the contractor uses a vacuum truck, the contractor is responsible to ensure the truck is clean and empty prior to use on this site. The Contracting Officer/representative has the right to inspect all containers, including the tank truck, for cleanliness prior to use at no additional cost to the government. The contractor is responsible for certifying the number of gallons and weight of liquid/sludge disposed with proof of weight tickets and to include, if necessary, sealing the inflow/outflow valve not to be broken until arrival at the disposal facility. A written copy of the number of gallons and weight shall be submitted with the closure report. 11. SOLID WASTE TRANSPORTER PERMIT: The contractor shall submit to the Contracting Officer a permit allowing the contractor to transport contaminated solid, tank and ancillary equipment to the disposal site. 11.1 The contractor shall provide transportation in accordance with DOT Hazardous Material Regulations 49 CFR 100-199. The contractor shall also comply with state and local requirements, including obtaining all necessary permits, licenses, and approvals. The contractor shall provide to the Contracting Officer a copy of the license to transport hazardous waste and that the Disposal Facility is licensed to accept the hazardous waste, prior to loading the waste for final disposal. 11.2 The contractor shall submit a list of transporters along with their addresses and EPA ID numbers and indicate exactly which items will be transported with each carrier and where those items will be transported. Any changes to the list shall have prior written approval from the Contracting Officer. 12. LICENSE OF WASTE DISPOSAL FACILITY: The contractor shall submit to the Contracting Officer a copy of the license of the facility handling the disposal of the soil. 13. RESULTS FROM SAMPLING: The results from sampling and analysis of tank liquid/sludge, rinsate and residues shall be submitted to the contracting officer within the specified time. The results shall be certified by the laboratory performing the analysis by including laboratory QAlQC sheets. Disposal of the tank debris, sludge, and residues shall not take place until approved by the Contracting Officer. 14. MANIFEST OF HAZARDOUS WASTE DISPOSAL: A uniform hazardous waste manifest is required for the removal from Government premises of all hazardous waste. The contractor shall obtain and prepare all manifests. The pickup manifests shall be reviewed and signed by 509 CES/CEV. Completed copies of all manifests shall be furnished to the contracting officer. Manifests shall be submitted in such a manner as to comply with the timeliness prescribed by the State and EP A regulations. 15. DISPOSAL OF HAZARDOUS WASTE: The contractor shall provide all services, necessary for the disposal of hazardous waste in accordance with all local, state, and federal EP A solid and hazardous waste laws and regulations, specifically Resource Conservation and Recovery Act (RCRA), and conditions specified herein. These services shall include all necessary personnel, labor, transportation, packaging, detailed analysis (if required for disposal, manifesting or completing waste profile sheets), equipment and reports. 16. CONTRACT COMPLETION: As part of the completion of this contract, the contractor shall submit to the contracting officer the following documentation. The Contracting Officer shall provide one (1) copy (plus the original) to the 509 CES/CEV. a. The original and one (1) copy of a cover letter signed by a responsible company official certifying that all services involved have been performed in accordance with the terms and conditions of this specification. b. The original and one (1) copy of all manifests, if not previously provided including the disposal certification signed by a disposal facility official. c. The original and one (1) copy of all analysis performed for disposal, if not previously provided. d. The original and one (1) copy of all waste analysis or waste profile sheets, if not previously provided. e. The original and one (1) copy of all certifications of triple rinsing each and every tank to be clean with in regulatory requirements, signed by a responsible company official. f. The negatives and two (2) color photo copies of all photos taken. g. The area surrounding the site shall be free of debris upon completion of the work. 17. SPILL RESPONSIBILITY: The contractor shall be solely responsible for any and all spills or leaks during the performance of this contract which occur as a result of or are contributed to by the actions of its employees or subcontractors. The contractor shall clean up such spills or leaks to the satisfaction of the Government (509 CES/CEV) and in a manner that complies with applicable federal, state, and local laws and regulations. The cleanup shall be at no cost to the Government.
 
Place of Performance
Address: Whiteman AFB, MO
Zip Code: 65305
Country: USA
 
Record
SN00836092-W 20050626/050624211917 (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.