Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOLICITATION NOTICE

M -- Hazardous Waste Removal and Disposal Walla Walla District Projects and Dams

Notice Date
7/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-05-R-0017
 
Response Due
8/19/2005
 
Archive Date
10/18/2005
 
Point of Contact
Tony Van Loenen, 509-527-7212
 
E-Mail Address
US Army Engineer District, Walla Walla
(tony.r.vanloenen@nww01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Walla Walla District intends to award a contract for hazardous waste and oil disposal services covering all of Walla Walla Districts dams and projects. It is anticipated that the solicitation will be posted on July 18th. For a comp lete copy of the solicitation go to http://www.nww.usace.army.mil/ebs/AdvertisedSolicitations.asp. The North American Industry Classification System (NAICS) code is 562211. This acquisition is unrestricted. All responsible business sources may submit a proposal to be considered. Please note however there will be a requirement for the contractor to own and operate their own waste disposal facility. Point of contact for this solicitation is Tony Van Loenen, who may be reached by email at tony.r.vanloenen@usace.army.mil. Service Contract Act Wage Determination 1994-2565 applies to this contract. CONTRACT TITLE: Hazardous Waste Removal and Disposal, Walla Walla District CONTRACT TYPE: This will be a Indefinite Delivery Indefinite Quantity services contract. CONTRACT DURATION: This contract will be for a base period and two option periods. A contract period will not exceed 1 calendar year. The base period and all option periods will not exceed 3 calendar years unless the Contracting Officer exercises clause FA R 52.217-8 Option to Extend Services. The Contracting Officer may exercise the option periods early in the event the capacity per period is reached prior to the end of the period. Below are some of the important points covered in the scope of work. SCOPE: This Standard covers the requirements for characterization, transportation, treatment and disposal of non-hazardous and hazardous waste generated by Corps of Engineer projects located in the Walla Walla District. It was developed by the Districts Environ mental Compliance Coordinators (ECCs) in cooperation with the Districts Contracting Division. The purpose of the Standard is to ensure that environmentally responsible treatment and disposal of used oil and hazardous wastes occurs in strict accordance wi th all applicable Federal and State regulations. The latest sections, additions, and addenda of the following government regulations, codes, standards and recommended practices form a part of this Standard. Nothing in this Standard is to be construed as permitting work not conforming to these requirements. California Department of Toxics Substances Control (California Code of Federal Regulations) Colorado Department of Public Health and Environment (Department Regulations) Department of Transportation (DOT) - Hazardous Materials Transportation Act (HMTA) Regulations for transportation of hazardous materials (49 CFR Parts 100-185 and Parts 300-399). Idaho Department of Environmental Quality (Idaho Administrative Rules) Occupational Safety and Health Administration (OSHA) - Occupational Safety and Health Act, 29 CFR Parts 1910, 1915, and 1926. Oregon Department of Environmental Quality (OR-DEQ) - Oregon Administrative Rules (OAR) 340 Division 111. Oregon Occupational Safety and Health Administration (OR-OSHA). US-Environmental Protection Agency (USEPA) - Resource Conservation and Recovery Act (RCRA) 40 CFR Part 260 through 299; Pollution Prevention Act of 1990, Section 6602; Executive Order 12856- Emergency Planning and Community Right to Know Act (EPCRA). Toxi cs Substance Control Act (TSCA), 40 CFR 761 and 40 CFR 763, Comprehensive Environmental Response Compensation and Liability Act (CERCLA); Solid Waste Disposal Act (SWDA) of 1965; and Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA). U.S. Army Corps of Engineers, most current issue of the Walla Walla District Pollution Prevention Policy; U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM) 385-1-1; Environmental Compliance Policy, ER 200-2-3, October 1996. Environm ental Protection and Enhancement, AR 200-1, February 1997. Washington Department of Environmental Quality (WA-DOE) - Washington Administrative Code (WAC ). Washington Industrial Safety and Health Administration (WISHA). CONTRACTOR RESPONSIBILITY: The Contractor is responsible for ascertaining the extent to which these regulations affect the operations resulting from this solicitation and to comply therewith. The Contractor shall meet all of the applicable regulations as well as all provisions outlined in this contract. DISPOSAL ITEMS AND SUPPLIES: Waste materials and supplies covered under this contract are divided into specific categories. Where needed, the designation of hazardous or non-hazardous is provided for waste materials. These categories include: Used Oil, Oil /Water Mixtures, Oil-based Grease (water 10 percent or less) (non-hazardous). Used Oil, Oil/Water Mixtures (water greater than 10 percent). Oil Absorbents (non-hazardous solids). Bulk Oil Absorbents (non-hazardous solids). Liquid Paint Wastes/Solvents (hazardous). Liquid Waste (hazardous). Liquid Waste (non-hazardous). Over-pack Liquid Waste (hazardous). Over-pack Liquid Waste (non-hazardous). Solid Waste, (hazardous). Solid Waste, (non-hazardous). Fluorescent Lamps (recyclable, universal). Mercury-Containing Equipment, (hazardous). Hi-Intensity Discharge Lamps (recyclable, universal). PCB Light Ballasts, (hazardous, TSCA). PCB Contaminated Solid Waste (hazardous, TSCA, WAC). PCB Contaminated Liquid Waste (hazardous, TSCA, WAC). Shop Rags, brushes, etc. (paint, thinner, solvents) (hazardous). Lead-Acid Batteries (recyclable, universal). Zinc-Alkaline Batteries (recyclable, universal). Nickel-Cadmium Batteries (recyclable, universal). Lithium Batteries (recyclable, universal). Sandblast Grit, (hazardous). Sandblast Grit, (non-hazardous). Bulk Sandblast Grit, (hazardous). Bulk Sandblast Grit (non-hazardous). Blast Booth Filters, (hazardous). Bulk Blast Booth Filters (hazardous). Drained Oil Filters, (non-hazardous), (recyclable). Empty Drums (non-acute waste), (recyclable). Anti-Freeze (hazardous). Anti-Freeze (non-hazardous). Fuel/Oil Mixtures (diesel, unleaded), (hazardous). Asbestos Waste, (TSCA). Lead Debris, (hazardous). Lab-Packs, (hazardous). Lab Packs, (non-hazardous). Personal Protective Equipment, (non-hazardous). Non-Pumpable Grease (non-hazardous, energy recovery). Profiling cost per waste stream for unused materials in original and labeled container with MSDS. Optional waste characterization, laboratory and profiling costs: a. TCLP Volatile Organic Compounds (1311, 8260). b. TCLP Metals (1311, 6010/6020, 7000). Drum replacement 55-gallon steel open head (DOT approved). Drum replacement 30-gallon steel open head (DOT approved). Drum replacement 20-gallon steel open head (DOT approved). Polypropylene 55-gallon lab pack drum (DOT approved). Polypropylene 30-gallon lab pack drum twist on threaded closure (DOT approved). Polypropylene 20-gallon lab pack drum twist on threaded closure (DOT approved). Polyethylene 5-gallon pails, open head with lid (DOT approved). Polyethylene salvage drum 95-gallon twist on threaded closure (DOT approved). Drum over-pack 85-gallon steel open head (DOT approved). Over pack Cost. Lined 10-yard steel drop box: Delivery, 30-day use, and pickup. Lined 20-yard steel drop box: Delivery, 30-day use, and pickup. POLICY: The Walla Walla District prefers contracting for the disposal of waste products with Contractor-owned and operated facilities located in Oregon, Washington, California, Colorado, and Idaho. The U. S. Environmental Protection Agency, Oregon Departm ent of Environmental Quality; Washington Department of Ecology, California Department of Toxic Substances Control, Colorado Department of Public Health and Environment and Idaho Department of Environmental Quality regulate these facilities. The purpose of this preference is to establish strict control over the cradle to grave process of waste disposal as required under Federal and State law. By using facilities located in the western part of the U nited States, the District is readily able to perform site visits and regulatory compliance audits to ensure quality control with a minimal expenditure of time and cost. In addition, the transportation of District waste on public highways is kept to a min imum. CONTRACTOR RESPONSIBILITIES: Contractors operating under this Standard shall meet or exceed the following requirements: The Contractor shall own or operate one or more of the following facilities: (1) A RCRA Part A/B permitted facility capable of the proper management, treatment and/or subsequent disposal of one or more liquid hazardous waste streams described in this contract. The contractor facility must be in compliance with 40 CFR Part 270, the EPA administered hazardous waste permit program. (2) A used oil treatment and/or recycling facility capable of the proper management, treatment, and/or subsequent disposal of all non-hazardous used oils and oil-water mixtures as described in this Standard. The contractor facility must be in full complia nce with 40 CFR Part 279, the EPA administered used-oil management rules. b. All hazardous and non hazardous waste disposals will be at facilities capable of proper management, treatment and/or disposal as described in the standard. The contractor must be in full compliance with 40 CFR Part 300 (with emphasis to subpart 440), t he EPA administered hazardous and non-hazardous management rules. Documentation of Contractor disposal experience at the designated landfill or disposal sites is required in Exhibit 3, Contractor Documentation, which is to be submitted with the quote. c. For all other waste treatment, recycling or disposal facilities, the contractor shall provide the address, and regulatory history for review and approval as provided by Exhibit 3 of this document, Contractor's Documentation which is to submitted with the quote. d. The contractor shall employ field service technicians trained in accordance with 29 CFR 1910.120, the HAZWOPER standard. In addition, a HAZWOPER trained supervisor shall be present on every job covered under this standard. e. The Contractor shall own and operate transportation vehicles with drivers trained and licensed in accordance with all applicable DOT regulations. These vehicles will include spill response kits, bill of lading and hazardous waste manifest records, and communications systems. In addition, these vehicles shall be equipped with spill containment systems capable of holding no less than 110 percent of the maximum quantity of material in transit. The only exception to the secondary containment requirement sha ll be for tank trucks that are specifically designed for the transportation of hazardous materials. f. The Contractor shall be familiar with and maintain the following plans in a professional and current state of readiness: (1) General Health and Safety Plan (2) Safety and Health Plan for RCRA Operations (29 CFR 1910.120 (p) (3) Hazard Communication Plan (29 CFR 1910.1200) (4) Department of Transportation Security Plan (49 CFR 172) Each of these plans shall be modified to include site-specific conditions found at each Corps facility, and if necessary, on each job. Complete and written coverage of every task performed under this contract is expected. Documentation of Contractor covera ge of key safety and health plans is required in Exhibit 3, Contractor Documentation, which is to be submitted with the quote. g. The Contractor shall maintain emergency spill response capability or have a contract-in-force with a spill response service available 24-hours a day. This service must be capable of immediate cleanup (response team to site within four hours of incident ) of the worst possible spill situation arising from wastes included in this Standard. This spill response service shall be in full compliance with 29 CFR 1910.120 (p), OSHAs standard covering certain operations conducted under RCRA. All elements of this standard [sub-paragraphs (p)(1) throug h (p)(8)] must be addressed. At a minimum, the Contractors spill response team must include 2 HAZWOPER supervisors and 2 technicians currently trained and equipped at a personal protection level B. This service shall be used for all reportable quantity discharges of oil or releases of hazardous substances that occur during the execution of this contract. Documentation of Contractor emergency response coverage is required in Exhibit 3, Contractor Documentation, which is to be submitted with the quote. h. The Contractor shall maintain no less than $2,000,000 of business automobile liability insurance for bodily injury and property damage with respect to Contractors vehicles used in the performance of this work. The Contractor shall also maintain no les s than $2,000,000 in commercial general liability. This coverage shall include (1) bodily injury and property damage liability, (2) contractual liability, (3) products and completed operations to extend for a minimum of 2 years past the acceptance or term ination of the work to protect against and from all loss by reason of injury to persons or damage to property, including Contractors own workers. Contractor shall also maintain no less than $2,000,000 in pollution liability insurance to cover sudden and/ or accidental discharges of oil or releases of hazardous substances (which include the waste materials covered under this contract). Documentation of Contractor liability coverage is required in Exhibit 3, Contractor Documentation, which is to be submitted with the quote. i. The Contractor shall have no unresolved Notices of Noncompliance, Notices of Violation or Enforcement Actions from any Local, State, or Federal Regulatory Agency. Regulatory actions occurring at any of the Contractors facilities or operations within t he previous three calendar years shall trigger a regulatory review. Documentation of Contractor regulatory history is required in Exhibit 3, Contractor Documentation. Failure to provide full disclosure of regulatory actions may result in disqualification f or award. The designated Corps Contracting Officer, after consulting with the District Environmental Compliance Coordinator and Office of Counsel, shall determine Contractor responsiveness to any and all regulatory or enforcement actions. Companies that ha ve been prosecuted and convicted of criminal violations of any applicable environmental law would be deemed ineligible for consideration under this Standard. j. The Contractor shall have, at a minimum, an environmental manager with a professional degree and an appropriate state license in environmental science, engineering, or a closely related discipline responsible for all field operations covered under this contract. This individual shall have no less than two (2) years of full-time waste management experience; have completed formal coursework in RCRA Manifesting, Hazardous Waste Operations, DOT Hazardous Material Worker Training, and Hazard Communication. SUBMITTALS (Prior to beginning work) The Contractor shall furnish to the Government the following plans no more than 10 calendar days after contract award. : a. General Health and Safety Plan b. Safety and Health Program for RCRA Operations c. Hazard Communication Plan d. Department of Transportation Security Plan Plans that fail to meet the specified standards shall be unacceptable. Any work delays or mobilization/demobilization costs accrued as the result of unacceptable plan preparation shall become the responsibility of the contractor. OWNERSHIP AND RESPONSIBILITY: The Contractor shall assume responsibility of all hazardous waste streams once loaded onto the Contractor's transport vehicle. The Contractor shall not limit his liabilities related to the wastes, and shall indemnify, defend , and hold harmless from and against any liability, expense, or loss resulting from the failure of the Contractor, its agents, or sub-contractors to comply fully with Government directive which direc tly or indirectly regulates or effects the collection, handling, storage or disposal of waste products to be disposed of by the Contractor, under the terms of this contract and from and against all claims, suits, and liabilities, directly or indirectly bas ed upon damage to, or destruction of any property, including property of the Contractor, or bodily injury, including death to any person arising out of or due to negligent or willful act of the contractor, its agents or sub-contractors in the collection, h andling, storage, transportation, or disposal of the materials to be disposed of by the Contractor hereunder. LOADING AND TRANSPORTATION: Loading and transportation of liquid waste materials shall be performed within 14 calendar days of the Project POC approval of the sampling and analysis results and characterization profiles. A minimum of 2 HAZWOPER-trained Cont ractor personnel (one of which shall be Supervisor trained) experienced in the handling and transportation of hazardous wastes shall accomplish all work. The Corps POC shall provide a forklift and forklift operator to assist in the loading process. The Co ntractor shall ensure that shipping containers are tightly sealed, correctly labeled, and DOT approved. In the event that a container is found to be improperly labeled, the contractor will re-label the container and inform the POC. If a container is in a state that will not meet DOT standards for transportation, the contractor shall identify the container and notify the POC. The POC and Contractor will mutually agree to replace the container or enclose it in an overpack drum prior to proceeding with tran sportation. The transport vehicle shall meet the requirements defined in paragraph 5.2 (Contractor Requirements). The drivers shall be trained in regulations governing transportation of hazardous materials, spill response, and Hazardous Materials Transpor tation Security. Storage of waste materials prior to disposal shall be in an EPA permitted facility. LOCATION: Oil and hazardous waste materials covered by this contract are located at the following facilities: 1. Lucky Peak Project, near Boise Idaho. 2. Dworshak Project near Orofino, Idaho. 3. Clarkston Natural Resources in Clarkston, Washington. 4. Lower Granite Project near Pomeroy Washington. 5. Little Goose Project near Starbuck, Washington. 6. Lower Monumental Project near Kalohtus Washington. 7. Ice Harbor Project/ Pasco Shop near Pasco Washington. 8. McNary Project near Umatilla Oregon. 9. District Office/Mill Creek in Walla Walla Washington. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA68/W912EF-05-R-0017/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN00840671-F 20050703/050701211742 (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.