Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

42 -- Clean up and removal of hazardous waste located at 576 Main St Tule-Lake Ca 96134 and 843 S Spring St. Klamath Falls, 97601 EPA ID ORQ000026949.

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Army, National Guard Bureau, 173 FW/LGC, 173 FW/LGC, Kingsley Field, 223 Arnold Street, Suite 35, Klamath Falls, OR 97603-1937
 
ZIP Code
97603-1937
 
Solicitation Number
F7K3SQ8260A001
 
Response Due
9/23/2008
 
Archive Date
11/22/2008
 
Point of Contact
Jerry Fuls, 541-885-6495<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Disclosure of magnitude for this project is estimated to be between $30,000 and $60,000. 1.This contract is a firm-fixed price not to exceed $59,050. 2.This work is being scheduled as an emergency clean-up of hazardous materials located in 576 Main St Tule-Lake Ca 96134 and 843 S Spring St. Klamath Falls, 97601 EPA ID ORQ000026949. 3.This contract requires the transportation and disposal of RCRA wastes and non-RCRA wastes. 4. This project requires on site waste characterization of an estimated 422 different extremely hazardous waste chemicals. This clean-up is considered an emergency clean-up to include site control, profiling and manifesting. This process requires at lease two on site chemist filmier with Air Force waste streams and profiling. All clean-up shall be accomplished within three days on site work. 1. STATEMENT OF WORK a. The contractor agrees to provide all services necessary for the final treatment/disposal of the hazardous property listed in the purchase agreement in accordance with all local, state, international, and Federal laws and regulations, and the terms and conditions of this contract. These services shall include all necessary personnel, including applicable subcontractors, labor, analysis, transportation, packaging, equipment, and the compilation and submission of all documentation required by this contract. b. The Government agrees that all hazardous property placed on this contract will be accompanied by documentation and markings that comply with all applicable local, state, and Federal laws and regulations relating to the generation and storage of hazardous property. 2. REMOVAL a. The contractor, and his subcontractors, must perform at all times in a prudent, conscientious, safe and professional manner. The contractor shall ensure that its agents, employees, and subcontractors involved in handling and packaging the hazardous waste be trained for the level of expertise required for the proper performance of the task and, in particular, in the areas of chemical incompatibility, general first aid procedures, and spills. Handling and Personnel Protective Equipment (PPE) shall be provided by the contractor and must be appropriate to ensure safe handling of the hazardous waste. When operating within an EPA or state permitted DOD Hazardous Waste (HW) storage facility, the contractor is required to use equipment with specifications that meet the applicable permit requirements. The contractor agrees that his personnel and equipment are subject to safety inspections by Government personnel while on Federal property. 3. PERMIT / SPECIAL REQUIREMENTS a.The contractor shall, without additional expense to the Government, be responsible for paying all fees, preparing or obtaining any necessary licenses, permits, notifications, waste profiles, or reports, which result from a contractors transportation, recycling, or disposal decision. This includes acquiring any required permits or registrations necessary to operate on any installation listed in this contract and completing the Notification of Regulated Waste Activity form for the generator(s) of hazardous waste to sign and file with the applicable state regulators for waste disposal. This includes signing (on behalf of the Government) waste profiles requested by Treatment Storage Disposal Facilities. All contractors signed waste profile sheets shall be written for the actual waste stream using the generators profile for backup documentation. All generator forms or other means of notifications including correspondence with Federal or State agencies on behalf of a generator must be coordinated with and concurred with by the affected generator prior to submission to any Federal or State agency. b. The Contractor may be required to attend any special required training, seminar, instruction, class, etc. provided by the Government or to provide information to perform work or gain access to the installation. Example: pass and ID requirements, antiterrorist training, EMS policies, fork lift training. c. Any shipments outside the United States must comply with all international agreements and all applicable foreign laws. If the contractor will be exporting directly from the Department of Defense (DOD) activity, the contractor is required to provide a current copy of the Acknowledgment(s) of Consent to the Contracting Officer Representative (COR/COTR) with the shipping documentation in accordance with C.1.1.2. The contractor may not ship waste outside of the United States to circumvent Environmental Protection Agency (EPA) land disposal restrictions. 4. SHIPPING DOCUMENTATION All references to manifests in this provision relate to the appropriate shipping paper. The contractor shall obtain and prepare all manifests, Hazardous Waste Profile Sheets required for acceptance of waste into a Qualified Facility, land disposal restriction notifications, and any other shipping documents. The contractor shall provide the 173d FW Environmental Office with a copy of the completed form(s), including handling codes in 40 CFR 264 Appendix I Table 2 for each manifest line, for review by the appropriate Government official. Emergency response information and twenty-four hour emergency phone numbers shall be listed on the manifest as well as bills of lading. If blocks are not provided, this information shall be placed in the upper, right-hand corner of each document. 5. NOTIFICATIONS a. The site clean-up is scheduled for 24,25, and 26 Sep 2008 unless issues arise that are unforeseen and not a result of unavailability of contractor. b. The contractor shall provide the name of the driver, the drivers Commercial Drivers License (CDL) number and its expiration date to the COR/COTR or other Government representative at least 24-hours prior to removal. The contractor may also opt to provide a list* of approved, multiple drivers designated for pickups under this specific contract to the COR/COTR or other Government representative prior to any attempted removals. c. The COR/COTR or other Government representative has the right to request any identification and/or occupational endorsements from the driver beyond what is identified in additional specific clauses in this contract and refuse commencement and/or completion of pickups if any unusual or suspicious actions occur. Any potential demurrage associated with the driver verification process and/or the unexpected halt or commencement of pickups will not be grounds for reimbursement by the Government. 6. SPILL RESPONSIBILITY a. The contractor is solely responsible for cleanup of any and all spills or leaks during the performance of this contract that occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors to the satisfaction of the Government and at no cost to the Government. b. The contractor shall report all such spills or leaks, regardless of their quantity, to the CO immediately upon discovery. A written follow-up report shall be submitted to the CO not later than 24 hours after the initial telephonic report. The written report shall be in narrative form and as a minimum include the following: (1) Description of item spilled (including identity, quantity, manifest no., etc). (2) Whether amount spilled is EPA/state reportable, and if so whether it was reported. (3) Exact time and location of spill including a description of the area involved. (4) Containment procedures initiated. (5) Summary of any communications contractor has with press or Government officials other than the CO. (6) Description of clean-up procedures employed or to be employed at the site including disposal location of spill residue. (7) All Contractor personnel performing work under this purchase must have a 40 hour First Responder Certification. 7. SEGREGATION OF HAZARDOUS WASTE All items collected on this contract must be segregated and kept physically separate from any other items until the initial TSDF is reached. The items must be so marked, that they are readily identified to this contract throughout this period. 8. STATEMENT ON CONTAINERS a. The Government does not warrant that the drums or containers are suitable for transportation in accordance with DOT regulations for removal from the pickup site. The offeror is cautioned to ascertain and assess the need for over packing or containerizing based on the site visit. The Government will not provide repackaging materials. The contractor will not be reimbursed separately for repackaging expenses and should include these charges in their disposal pricing. b. When over-packing of containers is required the contractor will use appropriate equipment to place the container into the outside/over pack container. The inner container shall be kept in an upright position. Over pack containers used for liquids will be marked with directional arrows indicating the upright position of the inner container. 9. GOVERNMENT EQUIPMENT AND PERSONNEL The contractor understands that the Government shall not furnish any equipment or personnel to assist in the performance of this contract. Any such offers of assistance are unauthorized, and the Contractor shall not accept any such offers. The only exception is the use of Government owned loading equipment, and Government owned scales, and where applicable, management services. 11. TREATMENT OF HAZARDOUS WASTE ON GOVERNMENT FACILITY a. Treatment of hazardous waste (including solidification) on Government facilities is not permitted. Treatment is defined as any process which meets the definition of treatment as set forth in applicable local, state, and Federal (including 40 CFR 260.10) laws and regulations. b. The contractor shall not drain and/or flush PCB items at Government installations. Draining will be allowed only to prevent leaking and to meet DOT regulations. c. Treatment, disposal, or release of gas (other than inert) to the atmosphere on Government premises is not permitted by this contract. The contractor may perform gas extraction for other than inert gas cylinders at the pickup location using self-contained apparatus. This apparatus shall emit no gas into the atmosphere, and purge the entire cylinder contents into a closed receiver for transport to a recycling or disposal site. 12. LOADING a. The contractor is responsible for loading, including furnishing all the equipment necessary for loading. Unless otherwise specified, the Government will not load at any location, nor will loading be performed on Federal holidays, or any day that the installation where the items are located is closed. Where it is provided that the Government will load, the Government will make the initial placement of the item on conveyance(s) furnished by the contractor and the initial placement on the contractor's conveyance shall be as determined by the Government. Unless otherwise provided in the contract, the Government will not block, chock, brace, lash, band, or in any other manner secure the cargo on such conveyance(s) furnished by the contractor. 13. WEIGHING OF PROPERTY The weight, agreed upon by both the contractor and the Government representative at the time of removal, will be the basis for manifesting. Unsubstantiated charges for subsequent increases in weight, after removal from site, will be the responsibility of the contractor. 14. RETURN OF SHIPPING DOCUMENTATION a. In addition to the Federal manifest requirements for return of signed manifests to the generator, the contractor shall furnish a copy of each manifest, signed by the designated TSDF, to the 173d FW Environmental Management Office (EMO) within 35 days of pickup by the initial transporter. If the waste has not been received by the TSDF within 30 days after the initial pickup date, the contractor shall notify the EMO of the physical location of the waste. If applicable, the contractor would provide the manifest with additional transporter signatures, as well. b. If the contractor is unable to deliver the hazardous property to the designated or alternate facility on the manifest, the cognizant COR/COTR will be contacted for disposition instructions. Failure of any part of this clause will be marked in the APLs. 15. DISPOSAL / RECYCLING This subsection covers requirements for disposal/recycling of RCRA/Non-RCRA items in general, disposal of specialized commodities such as Compressed Gas Cylinders (CGCs) and Polychlorinated Biphenyls (PCBs), and recycling of various mandatory recyclable items. a) Interim treatment of the waste such that the waste still meets the definition of a hazardous waste as defined in 40 CFR 261. All facilities used for interim treatment, final treatment or final disposal of items on this contract must comply with 40 CFR 261, subparts C and D, for each waste the facility is permitted to handle. An audit trail must be provided for all RCRA/State regulated hazardous waste until treatment and/or processing renders the wastes non-RCRA or until final disposal is accomplished. Waste handling codes that describe methods of storage do not meet the definition of final treatment nor final disposal under this contract. b.Final treatment means processing at a facility that is appropriately licensed/permitted by local and/or state agency to accept the material. If long-term internment is the selected method of disposal, as a minimum, an EPA/state permitted facility with a textile liner, leachate collection system, and ground water monitoring must be used. An audit trail must be provided for all non-RCRA/non-state regulated hazardous waste until final disposal is accomplished. 16. EMERGENCY SPILL RESPONSE 1. This service is listed as an emergency response. The Contractor shall report to the Government On-Site Coordinator (OSC) or designated base representative at the specified site. This requirement applies only to spills occurring at/on designated pickup point locations. The Contractor shall not include material or material handling costs within the fixed labor rates. While on site during mobilization, the Contractor will be required to make an initial assessment and develop a Site and Safety Plan(s), material and equipment requirements, and a proposed cleanup schedule. The Government will approve the plan(s), authorizing the Contractor to proceed. The Contractor shall provide all labor, materials, and equipment to clean up all spills ordered under this clause. The government anticipates that performance under this clause may require (but not be limited to) any of the following: PERSONNELEQUIPMENTSUPPLIES Project ManagerForklift, drum grabberDrums (poly, steel, fiber) SupervisorManliftAbsorbent, socks, pillows Technicianenclosed vanRags, plastic bags, buckets DriverFlatbed trailerCaution tape, duct tape, rope Equipment OperatorRoll-offsLabels, markers, placards Certified EngineerDump trucksPortable eyewash, first aid kit Analytical ChemistBobcat/trailerSample kit: jars, tubes, etc Industrial HygienistFront end loaderDecontamination Unit, Air monitor, Soda ash AdministratorBackhoe/trailer Pallet jack, drum dolly Air compressor, night light, Utility Vehicle, Pumps, chain saw, tools Geologist 6. All Contractor personnel performing work under this purchase must have a 40 hour First Responder Certification. 7. Clean up shall be in accordance with and up to specifications of all 40 CFR requirements. The On-Site Coordinator will convey the requirements. Clean up shall be complete when approved by the On-Site Coordinator/ with DEQ oversight. 8. The Contractor shall use may subcontract any work required when if spills/conditions are beyond their capabilities or classified as level A. A. Hazardous Waste Disposal See Attachment
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3979e59bb229b61ac1df329c83a551fe&tab=core&_cview=1)
 
Place of Performance
Address: 173 FW/LGC Kingsley Field, 223 Arnold Street, Suite 35 Klamath Falls OR<br />
Zip Code: 97603-1937<br />
 
Record
SN01674542-W 20080920/080918222032-3979e59bb229b61ac1df329c83a551fe (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.