Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

B -- Environmental Services

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Government Printing Office, Acquisition Services, Acquisition Services, 732 North Capitol Street, NW, Washington, District of Columbia, 20401
 
ZIP Code
20401
 
Solicitation Number
GPO08-010
 
Archive Date
8/30/2008
 
Point of Contact
Arza E. Gardner,, Phone: 202-512-1488, Reginald V Walker,, Phone: 202-512-2010x31500
 
E-Mail Address
agardner@gpo.gov, rwalker@gpo.gov
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a combined synopsis/solicitation for Environmental Consultant services prepared in accordance with the format in MMAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation number, GPO08-010, issued as a request for quotation (RFQ). Questions in regard to this solicitation shall be addressed to Arza Gardner at agardner @gpo.gov The U.S. Government Printing Office, (GPO), has established a Secure Printing Facility (SPF), “the facility” at the Stennis Space Center in Stennis Mississippi.. The facility will generate various printing wastes and volatile organic chemical (VOC) emissions. It is anticipated that the facility will be a RCRA small quantity generator. We will be subject to regular inspections. Therefore, the contractor shall ensure that we are in compliance with all federal, state, Army, and Center environmental regulations. The contractor shall also be required to participate in the tenant environmental group meetings. Purpose The purpose of this requirement is to obtain the services of an environmental professional/consultant who has the necessary skills to manage all environmental aspects of an operation/facility. The contractor shall report to the SPF Passport Manager and support them in meeting the facility environmental responsibilities. The contractor shall also, in some instances, act as an Agent for GPO for the SPF. CLINS: Proposed a Firm Fixed hourly rated for the required environmental services. Proposed cost shall include all direct and indirect cost, (e.g. G&A, overhead, direct labor, profit, etc.) for a Base Year and four one-year option periods. (Base Year) 0001: Environmental Services 960 hours @ $_______ per hour = $__________ (Option 1) 0002: Environmental Services 960 hours @ $ _______ per hour = $ __________ (Option 2) 0003: Environmental Services 960 hours @ $_______ per hour = $ __________ (Option 3) 0004: Environmental Services 960 hours @ $_______ per hour = $ __________ (Option 4) 0005: Environmental Services 960 hours @ $_______ per hour = $__________ SECTION - C – DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Required Services: The services to be provided by the contractor shall include the following: · maintaining compliance with environmental permits or requirements by conducting inspections, making and maintaining inspection and compliance records, recommending operational changes to attain or enhance compliance, completing and submitting reports to environmental regulatory agencies as required by permit, statute, or regulation; · representing GPO when required to report to or meet with the MSAAP and/or the Center’s owners, and State and Federal environmental officials; · overseeing and participating with MSAAP in the screening and approval of new chemicals or materials before they are allowed in the operation; · overseeing the proper packaging and shipping of U.S. DOT hazardous materials, signing U.S. EPA Hazardous Waste Manifests and U.S. DOT Hazardous Materials Manifests as an agent of the operation; · recommending and overseeing appropriate HAZMAT response training for operation employees, hazardous waste container control, general environmental understanding, and other environmental topics that may arise in conjunction with MSAAP or Center requirements, statute, regulation, or policy changes, or Executive Orders; · assisting the SPF Passport Manager in spill response, regulatory agency notification of losses or spills, and spill response plan development and maintenance; · assisting the SPF Passport Manager in fulfilling the operation’s (the Tenant) responsibilities under the Tenant Environmental Plan (labeled as Draft –Environmental Plan 2; See attached copy); · overseeing waste disposal, recycling efforts, and waste reduction efforts for the operation and making recommendations to the SPF Passport Manager for changes or enhancements; · overseeing and managing the wastewater discharge to the MSAAP treatment plant including, but not limited to, making any reports or conducting any inspections or investigations as required; · arranging and overseeing any sample collection and analysis as required; and, · maintaining liaison with the MSAAP wastewater treatment plant operators. Qualifications The Contractor shall have the following minimum qualifications: Currency in U.S. DOT Hazardous Materials training and the capability to sign U.S. DOT Hazardous Materials Manifests; Demonstrated knowledge of, and experience with, the Resource Conservation and Recovery Act, especially as it pertains to solid waste and hazardous waste management; Demonstrated knowledge of, and experience with, the Clean Air Act, especially as it pertains to Title V Operating Permits; Demonstrated knowledge of, and experience with, the Clean Water Act, especially as it pertains to National Pollutant Discharge Elimination System Permits in the industrial pretreatment program. Documentation required U.S. DOT Hazardous Materials training certificate Description: Environmental management, inspection and compliance assistance services to be completed day to day on a year around basis. Period of Performance: The period of performance for the Base Year shall begin date of award and end September 30, 2008. Options shall be exercised in accordance with MMAR 52.217-8 “Option to Extend Services”. Prices quoted must include all applicable fees. The following provisions apply: 52.212-1, Instructions to Offerors -- Commercial Items; MMAR 52.212-2, Evaluation Commercial Items. Award will be made to the lowest priced, technically acceptable offer. Award may also be made without discussions. The Contractor may be required, upon request from the Government, to provide references to demonstrate capability to perform the requested services. The following MMAR clauses also apply: 52.212-4--Contract Terms and Conditions-Commercial Items; 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.222-3--Convict Labor; 52.222-19Child Labor-Cooperation with Authorities and Remedies; 52.222-21--Prohibition of Segregated Facilities--52.222-26, Equal Opportunity; 52.222-35--Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-37--Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-39--Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13--Restrictions on Certain Foreign Purchases; 52.232-33--Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3--Protest After Award; 52.233-4--Applicable Law for Breach of Contract Claim. Offers must include a completed copy of MMAR 52.212-3 Alt I--Offeror Representations and Certifications-Commercial Items with its offer. Full text of these provisions and clauses may be accessed on-line at http://www.main.gpo.gov/Publications/Current/Online/P805.33.pdf This announcement is the solicitation which will result in a firm fixed-price service contract. Quotes are due no later than 3:00 P.M. EST, August 15, 2008 to: U.S. Government Printing Office, 732 North Capitol Street, N.W. Washington, D.C., Attn: Arza Gardner or e-mail quotes to agardner@gpo.gov. Due Date for receipt of questions regarding this requirement is COB Friday, August 8 th, 2008. Send all questions to agardner@gpo.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98a9c911e156fa961886416740f9380e&tab=core&_cview=1)
 
Place of Performance
Address: Stennis Space Center, Stennis, Mississippi, United States
 
Record
SN01630709-W 20080806/080804223343-98a9c911e156fa961886416740f9380e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.