Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOLICITATION NOTICE

99 -- SUBJECT: Provide assistance to USACE to safely destroy and provide accountability records of the disposition of recovered materiel in accordance with the licensed Treatment Storage and Disposal Facility (TSDF) requirements

Notice Date
7/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-06-T-0022
 
Response Due
7/16/2006
 
Archive Date
9/14/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to establish a Firm Fixed Price commercial purchase order for one year for packaging, transportation, and ultimate disposition of recovered Chemical Agent Identification Sets (CAIS) as a hazardous waste to a l icensed Treatment Storage and Disposal Facility (TSDF) and is prepared in accordance with the format in FAR Subpart 12.6 for commercial services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal is W912DY-06-T-0022. Proposals are due 16 July 2006, 10:00 a.m. CST. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 01-26. The applicable North America Industry Classification System (NAICS) Code is 562211, and the business size standard is 11.5 Million. Statement of Work HAZARDOUS WASTE DISPOSAL FORT BENNING COLUMBUS, GEORGIA 1.0 OBJECTIVES The primary objective is for the Contractor to safety destroy and provide accountability records of the disposition of recovered material (i.e. bottles and the primary containers referred to as PIGs) in accordance with the licensed Treatment Storage and D isposal Facility (TSDF) requirements. 2.0 ROLE OF GOVERNMENT PROJECT PARTICIPANTS 2.1. U.S. Army Engineer District, Savannah District (CESAS) - This office is the Life Cycle Project Manager for work at Fort Benning and is responsible for public affairs, overall coordination of the Work 2.2 U.S. Army Engineering and Support Center, Huntsville (CEHNC) - This office is responsible for contracting for the disposition of recovered hazardous waste. 2.3. U.S. Army Technical Escort Unit (TEU) - TEU shall provide transportation of material to disposal facility. TEU shall also provide security and monitoring during transportation. 2.4 Fort Benning, the customer, will identify a point of contact for signature of the hazardous waste manifest. 3.0 History 3.1 Chemical Agent Identification Sets (CAIS) 3.1.1 The Army (Ft. Benning) proposes to use generator knowledge as the means of identification of the chemical compounds of each set in lieu of chemical analysis. Generator knowledge fulfills the requirements of classification of hazardous waste in accord ance with 40 CFR 262.11 ( c ) (2). 3.1.2 Packaging and Transportation of CAIS. The proposed packaging and transportation rationale may be separated into packaging and shipping rationale: In order to transport these sets the U.S. Department of Transportation has provided approval for the use of the MRCs for the packaging and transportation of CAIS material with the Approval authority CA1998040018, expiration date March 31, 2009. The Army pr oposes to package and transport using US Army Technical Escort in accordance with CA1998040018 using the multiple round containers (MRCs) to an ultimate commercial disposition facility for final destruction. The Army proposes to use existing MRC packag ing authorizations for CAIS to meet the DOT authorized packaging provisions. 3.1.3 Chemical Agent Identification Sets (CAIS) - are small containers of Chemical Agent (CA) and industrial chemicals that were used for training military personnel in the familiarization and handling of Chemical Warfare Materiel (CWM). CAIS were known b y several names, including Toxic Gas Sets, Chemical Agent Identification Training Sets, Instructional War Gas Identification Sets, Detonation War Gas Identification Sets, and Instructional Gas Identification Replacement Sets. The sets that was recovered f rom Fort Benning is the K941, Toxic Gas Set which did not contain industrial chemicals. Chemical Properties of Chemical Agent Identification Training Sets Table 1.1 Chemical Designation Type Description / Physical properties Chemical Agents (CA) Mustard (sulfur or Levenstein) H or HS, HD (distilled) Blister Agent Colorless when pure (H D), but usually yellow to brown oily liquid with a slight garlic or mustard odor. Table 1.3 Types of Chemical Agent Identification Sets (CAIS) CAIS Contents Chemical Compounds RCRA Codes UN Code for each compound UN Code for shipment 24 round screw-top, 3.5-ounce glass bottles of H, HS, or HD stored in steel shipping container (pig) 6-5/8 inches in diameter and 38 inches long. Total in one set was 84 ounces. (Refer to photo 1.1 and 1.2) Mustard (H, HS,HD) non RCRA UN 2810 TBD Photo 1.1: CAIS Shipping Container (Pig) with Mustard Bottle and Packing Material Photo 1.2: 3.5-Ounce Mustard (HS) Bottle 4.0 TASKS- Firm Fixed Priced 4.1 (TASK 1) Disposition of Hazardous Waste in Containers, and Chemical contaminated Media to include internal packaging material. Contractor to perform all disposition of Hazardous Waste contained within the MRCs at a RCRA licensed facility. Hazardous waste in containers shall include chemical agent in bottles, inter packaging materials and PIGs. Installation shall sign manifests. The contractor shall prioritize this shipment and dispose of received materials as soon as practical. 4.1.1 The contractor shall dispose of the following contents identified as the K941 CAIS. MRC Designation Contents JJ0045S 5 bottles of K941 CAIS and the MRCs internal packaging material JJ115S 9 bottles of K941 CAIS and the MRCs internal packaging material JJ268S 2 bottles of K941 CAIS and the MRCs internal packaging material LL28S PIG with contents of multiple bottles of K941 CAIS and any internal packaging material LL31S PIG with contents of multiple bottles of K941 CAIS and any internal packaging material LL20S PIG with contents of multiple bottles of K941 CAIS and any internal packaging material LL055S PIG with contents of multiple bottles of K941 CAIS and any internal packaging material 4.1.2 The Contractor shall decontaminate the MRCs and return the MRCs to the US Army Technical Escort or at the discretion of CEHNC shall incinerate the MRCs to a 5X level and provide disposition. 4.1.3 The Contractor shall incinerate the PIGs to a 5X level and provide disposition. 4.1.4 All activities involving this work shall be conducted in compliance with the United States Environmental Protection Agency, the U.S. Army Corps of Engineers (USACE), the U.S. Army Engineering and Support Center, Huntsville (CEHNC), Fort Benning , the Department of the Army (DA), and the Department of Defense (DoD) laws and regulations regarding personnel, equipment, and procedures. 4.1.5 The disposal of the containerized CAIS Kits shall be conducted by a facility which operates as Treatment, Storage, and Disposal Facility (TSDF) under Resource Conservation and Recovery Act (RCRA) regulations. _____________ is the Government point of contact for the installation for signature of the hazardous waste manifest. The contractor shall provide all necessary documentation to prove that the final treatment/disposal of all items has been accomplished. This documentation shall be attached to the certification of disposal and submitted to the Contracting Officer prior to submission of the invoices. 4.1.6 The contractor shall make available for review Corporate Safety Plans, Safety Plans, and site security plans for the TSDF as required. 4.1.7 The contractor shall inspect the materiel in the containers to be to be incinerated to verify that only authorized wastes are being offered for treatment/disposal. Following the inspection, the contractor shall notify CEHNC and installation of any u nauthorized wastes discovered. 4.1.8 The contractor shall obtain all necessary licenses and permits, and comply with all applicable federal, state, and local laws, codes, and regulations in connection with the execution of the work. 4.1.9 If requested by CEHNC, the contractor will participate in one or more conference calls with CEHNC, installation, and any other party designated by CEHNC to resolve questions pertaining to the manifests and waste disposition to the satisfaction of the Government. 4.1.10 Waste Profile Sheets. The contractor shall help prepare if required the Waste Profile Sheet(s). 4.1.11 Hazardous Waste Disposal. The contractor shall provide all personnel and equipment necessary to monitor and dispose of the CAIS Sets. Disposal of the materiel shall be by incineration in a RCRA permitted TSD facility. 4.1.12 Certificate of Disposal. A Certificate of Disposal indicating acceptance of all items by the authorized TSDF shall be signed by an authorized representative of the TSDF and furnished to CEHNC and installation within 10 working days after final di sposal action has been accomplished. Such certification at a minimum shall show: the materiel (by item and quantity) that was disposed, the specific method of treatment, and the date of treatment. 4.2 SUBMITTAL SCHEDULE The Contractor shall submit all deliverable data to the CEHNC Contracting Officer and other reviewers IAW the schedule given by Table 1. All submittals shall be delivered to all addressees no later than the close of business on the day indicated in this p aragraph. The Contractor shall furnish a copy of submittal cover letters to CEHNC for the delivery of submittals to reviewers other than CEHNC. Table 1. Submittal Submission Schedule. Document Date Due Certificate of Destruction 10 days after destruction 4.3 ADDRESSES The following addresses shall be used in mailing submittals as directed by the Contracting Officer: ADDRESSEE Commander US Army Engineering and Support Center, Huntsville ATTN: CEHNC-OE-CW-DC, Ms. Sherri Anderson-Hudgins 4820 University Square Huntsville, Alabama 35816-1822 U.S. Army Engineer District, Savannah ATTN: CESAS-PM, Mr. Frank Araico 100 West Oglethorpe Avenue PO Box 889 Savannah, GA 31402-0889 USAIC and Fort Benning ATTN: USAIC DPW-ELN-E (Neil Pierce) Bldg 4000, Old Cusseta RD, Harmony Church Fort Benning, Georgia 31905 5.0 SAFETY REQUIREMENTS The Contractor shall develop and maintain a Health and Safety Program in compliance with the requirements of OSHA standard 29 CFR 1910.120(b)(1) through (b)(4). Written certification that the HSP has been developed and implemented shall be submitted to th e Contracting Officer and the plans shall be made available upon request. 6.0 PUBLIC AFFAIRS The contractor shall not publicly disclose any data generated or reviewed under this contract. The contractor shall refer all requests for information concerning this work to CEHNC. Reports and data generated under this contract are the property of the D epartment of Defense and distribution to any other sources by the Contractor, unless authorized by the Contracting Officer, is prohibited. Proposal Evaluation: The Government will evaluate all responsive offerors as follows: The government will evaluate each responsive offer and make award to the offeror whose quote best conforms to the request for quotation (RFQ) and is determined to present the best value to the government. The Government will evaluate all offers to be qualified for award based on the following evaluation factors: technical capability, experience/past performance, and price. These items are of equal value. The contractor must meet all (100%) of the standards for each item and factors to be reviewed by showing knowledge and experience that reflects that knowledge. These items and factors are the minimum standards necessary t o successfully complete the work in this contract. The following items are to be demonstrated in offers and will be evaluated equally: (1) The Contractor must possess a RCRA permit (2) have a RCRA authorized incinerator for chemical materiel, (3) have a f acility that can be dedicated for incineration per the requirement and (4) timeliness of incineration- firms that can perform 24 hour turnaround incineration will be conside red most advantageous to the government. Firms with capabilities with all of the above listed areas are encouraged to submit information documenting their firms capabilities, experience and office location (s) The Government will evaluate quotes for both amount of experience with similar contracts and quality of performance. Period of performance is anticipated to be for one year. The anticipated contract vehicle will be a commercial purchase order. Price Proposal: Offeror shall provide costs for the following CLIN: CLIN 0001-Lump Sum- Total all Task-FFP-Disposition of Hazardous Waste in Containers, and Chemical contaminated Media to include internal packaging material. Contractor to perform all dispositio n of Hazardous Waste contained within the MRCs at a RCRA licensed facility. Hazardous waste in containers shall include chemical agent in bottles, inter packaging materials and PIGs as required in all tasks under paragraph 4.0 of the statement of work and in strict accordance with the terms, conditions, and provisions contained herein. Submission of Offers: Any quote not providing or meeting the minimum skill, permitting and experience requirements, or not evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine whether the offeror understands of the work and has the ability to perform the contract Award of this purchase order is subject to the availability of funds. The Government reserves the right to make an award without discussions. The following FAR clauses and provisions apply to this RFP: FAR 52.202-1 Definitions, 52.212-1-Instuction to Offerors, 52.204-6 -- Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration, 52.204-8  Annual Representations a nd Certifications, 52.212-3 Offeror Representations and Certification-Commercial Items (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); FAR clause 52.2 12-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Lab or (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Faciliti es (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), clause 52.232 -18 Availability of Funds (Apr 1984), provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.243-1, Changes -Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. Offerors must submit the following to be considered for award: 1) a compl eted copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price and technical proposal; 3) Offerors must submit record of past performance and experience. Mail proposals to U.S. Army Corps o f Engineers Directorate of Contracting, CT-E ATTN: Richard Mullady, 4820 University Square, Huntsville, AL, 35807. Copies of FAR clauses and provisions may be accessed via the Internet at www .arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999 ) (a) The Government will evaluate all responsive offerors as follows: The government will evaluate each responsive offer and make award to the offeror whose quote best conforms to the request for quotation (RFQ) and is determined to present the best va lue to the government.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville-Attn Richard Mullady P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01086606-W 20060713/060711221226 (fbodaily.com)
 
Source
FedBizOpps 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.