Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

Z -- Beaumont Dock Office Building Demoliiton

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, DOT/Maritime Administration, MAR-380 1200 New Jersey Ave SE, MAR380 W26-429 Washington DC 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA1Q09015
 
Response Due
5/12/2009 11:59:00 PM
 
Archive Date
5/1/2010
 
Point of Contact
Janice Marshall Contract Specialist 2023661744 janice.marshall@dot.gov;<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA1Q09015. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC )2005-31 (APR 2009). This requirement will be 100% Service-Disabled Veteran-Owned Small Business Set Aside and NAICS Code 238190 with a Small Business size standard of $14M. The Department of Transportation (DOT) Mairtime Administration (MARAD) Central Region Beaumont Reserve Fleet, 2600 Amoco Road, Beaumont, TX 77705 intends to procure services to demolish and completely remove the dock office building located at the Beaumont Reserve Fleet, 2600 Amoco Road, Jefferson County, TX 77705 as specified in the below associated specifications and Statement of Work (SOW) on a firm-fixed price basis. The attached package includes the following item: NOTE: PLEASE E-MAIL REQUEST FOR COPY OF ATTACHED DRAWINGS TO: janice.marshall@dot.gov.1. ABSTRACT: The intent of this item is to demolish and completely remove the dock office building located at the Beaumont Reserve Fleet, 2600 Amoco Road, Jefferson County, TX 77705.1.1 DESCRIPTION: The Dock Office building is a wood-frame building constructed in the late 1940s. The building measures 30 feet 6 inches wide by 98 feet 7 inches long by 15 feet high and is constructed on a timber-pile supported wharf. The exterior building skin is vinyl siding over plywood sheathing and composition shingle roof over a plywood deck. Interior wall finish is plywood paneling and drywall. Interior and exterior doors and frames are wood and window frames are aluminum. 2. THE CONTRACTOR SHALL: GENERAL PROVISIONS2.1 The contractor shall provide and furnish all labor, equipment, materials, water, electricity, transportation removal, disposal, consulting fees, federal, state, local fees and testing to include OSHA air monitoring to accomplish the specification(s). 2.2 The contractor shall execute the work in the best and most workmanlike manner by qualified, careful, and efficient mechanics skilled in the trade, and in strict accordance with the contract documents and standards of the industry.2.3 The contractor shall take measurements of dimensions and proportions to accurately carry out the demolition. Measurements, conditions and descriptions referred to in the specification(s) are estimates and approximations given for identification and general guidance only. 2.4 The contractor shall be responsible to verify all measurements, conditions and descriptions required toconduct the work.2.5 The contractor shall maintain the area in a safe and clean condition.2.6 The contractor shall include all removals required to gain access to accomplish the work.2.7 The contractor shall provide fire protection, fire watch services and equipment to protect the facilitypremises.2.8 The contractor shall clean and restore all areas disturbed by work outlined in the specification(s). 2.9 The contractor shall comply with all Federal, State, Local and Reserve Fleet Safety and Fire Regulations. 2.10 The contractor shall comply, and ensure that all subcontractors comply with all applicable federal, state, and local laws, regulations, ordinances and standards related to environmental matters and regulations. In addition all work shall be carried out in accordance with all EPA, OSHA and TDH rules, regulations and guidelines.2.11 The contractor shall comply, and ensure that all subcontractors comply with all specific instructions or directions given to the contractor by the Reserve Fleet Safety and Environmental Officer regarding environmental and safety matters.2.12 The contractor shall use good judgment in the conservation of government utilities. Prevailing energy conservation practices shall be adhered to and enforced by the contractor.SPECIAL PROVISIONS:2.13 The contractor shall not use explosives or fire in performing the demolition work. 2.14 The contractor shall conduct a demolition assessment survey to determine if material is in good condition and meets the definition of a non-friable asbestos containing material (ACM). Approximately 200 square feet of asbestos drywall and approximately 10 square feet of asbestos containing interior siding have been identified.2.15 The contractor shall carry Asbestos Specific General Liability in the amount of $1,000,000 and Workers Compensation Insurance in the amount specified by Texas Law.2.16 The contractor shall prepare a hazardous (asbestos) material handling and disposal plan that is submitted to MARAD a 10 days before the start of work.2.17 The contractor shall conduct a hazardous (asbestos) material handling and disposal meeting/brief detailing were how the contractor expects to conduct the work and how they shall handle all hazardous materials.REGULATORY COMPLIANCE2.18 The contractor shall obtain all applicable Insurance, certificates, and permits required by law to accomplish the specification(s).2.19 The contractor shall dispose of all waste removals as per local, state and federal regulations. Copies of disposal documentation shall be delivered to the Fleet Safety and Environmental Officer. 2.20 The contractor shall coordinate all work with a Civil Engineering construction and demolition inspector licensed by the State of Texas.HAZARDOUS MATERIAL HANDLING2.21 Removal of asbestos containing floor covering shall be in accordance with the Resilient Floor Covering Institute (RFCI) July 1990 (or latest version) "Recommended Work Practices for the Removal of Resilient Floor Covering". As stated in the guidelines prepared by the (state) Department of Health, Division of Occupational Health, sbestos Program Branch, Removal of Asbestos-Containing resilient floor Covering Materials Status of Regulatory requirements, March 1992, (amended Dec 14, 1992), "removal under this guidance has shown that significant fiber release is not generated and a regulated area is not required. If floor-covering material is removed in any other manner or if friability is produced during the removal process, the project must be implemented by a certified asbestos abatement contractor, using certified supervisors and registered workers."2.22 Removed non-friable resilient floor covering shall be carefully containerized in heavy-duty impermeable bags or containers before transporting to a landfill. Non-friable demolition debris can be disposed of in any municipal solid waste landfill (MSWLF) provided the waste is placed on the active working face and covered in accordance with (state code and effective date).2.23 Asbestos certified contractors and workers are not required for the removal of Category II non-friable ACM.2.24 The contractor shall identify, characterize, containerize, store and dispose of hazardous wastes in strict accordance with federal guidelines found in the Code of Federal Regulations, state guidelines found in the (State) Administrative Code, (State) Water Commission Industrial Solid Waste and Municipal Hazardous Waste Regulations, all local guidelines, and as specified.2.25 Asbestos containing waste (special) shall be identified, characterized, containerized, and disposed of in strict accordance with federal, state and local guidelines. 2.26 A Uniform Hazardous Waste Manifest shall be used by the contractor to document all parties and locations involved in the transportation, storage and disposal of all hazardous and special wastes. This form shall be provided to the government by the contractor and signed by the Fleet Environmental and Safety Officer before the waste is transported from the limits of government property. A copy of the manifest shall be signed by the receiver of the waste and submitted to the Fleet Environmental and Safety Officer not later than forty-five days after disposal has taken place.2.27 The contractor shall provide the Fleet Environmental Officer a list of all hazardous materials that the contractor shall bring onto government property and shall further provide a Material Safety Data Sheet (MSDS) for each Hazardous Chemical listed in OSHA Hazard Communication Standard 29 CFR 1910.1200. 2.28 The contractor shall observe proper storage practices for hazards, polluting, dumping, or discharging of any harmful, nuisance, or regulated materials (such vehicle maintenance fluids, residue from saw cutting operations, solid waste and hazardous substances) into building drains, site drains, streams, waterways, holding ponds or to the ground surface shall not be permitted and the contractor shall be held responsible for any and all damages which may result. Further, the contractor shall conduct its activities in such a fashion which avoids creating any legal nuisance, including but not limited to, suppression of noise and dust, control of erosion, and implementation of other measures as necessary to minimize off-site impacts of work activities.2.29 The contractor shall protect adjacent property, buildings, and their contents from dust, dirt, or other materials. Contractor is to wet down dry materials, settle debris and prevent blowing dust. Work areas shall be maintained in a neat, clean, and safe condition and shall, as a minimum, be cleaned at the end of each shift.2.30 The contractor shall keep all fuel or petroleum products stored within a self contained area with an impermeable liner or containment. The storage area shall be marked with appropriate signage (i.e. Flammable Storage - No Smoking within 50 ft.). All fuel tanks and petroleum storage containers shall be grounded and bonded in accordance with regulatory requirements. The containment area shall be sized at 100% of the largest storage container with a minimum of one foot of freeboard. Any evidence of fuel or oil spill shall be immediately cleaned up by the contractor at not additional expense to the government. The contractor shall be responsible to report all fuel spills to the designated Federal and State authorities. All contamination in excess of 100 ppm of Total Petroleum Hydrocarbons shall be removed from the site and disposed of in conformance with all federal and state regulations. Costs of all soil tests as a result of spills shall be a responsibility of the contractor.2.31 The contractor shall maintain all storage areas free of debris, leaks, stains, or splashes and kept in a neat, clean, and safe condition. Any contamination of the storage area by hazardous substance shall be stored in a contractor supplied trailer which shall be secured when not in use.2.32 All testing required by federal, state or local authorities shall be performed by the contractor. 2.33 OSHA air monitoring standards as defined in 29 CFR 1926.58 shall be required unless an exemption has been granted by OSHA based on the fact that work will be accomplished in conformance with RSP published by RCFI and employees have received training in the RWP.2.34 The contractor must obtain authorization to bring any nonexempt radioactive material (such as density gauges or moisture meters) onto the fleet site by contacting the Nuclear Regulatory Commission, Region Office, using the NRC Form 241. Before bringing any radioactive material onto the site, a copy of the NRC Form 241 must be forwarded to the contracting officer.HAZARDOUS MATERIAL DISPOSAL2.35 Category II non-friable ACM can be disposed of at any municipal solid waste landfill (MSWLF) provided the waste is placed on the active working face and covered in accordance with (state code and effective date).2.36 The removed asbestos containing material (ACM) shall be palletized or placed in sealed drums. Palletized material shall be wrapped with two layers of 6 mil poly. Packing material shall be inserted between the rigid material and the poly to prevent tears in the plastic wrap.2.37 Category II non-friable gypsum board material can be disposed of at any municipal solid waste landfill (MSWLF) provided the waste is placed on the active working face and covered in accordance with (state code(s), number(s) and effective date(s)). Waste shall be delivered to the landfill in a covered state.2.38 The contractor shall comply with all applicable Beaumont Reserve Fleet Occupational Health and Safety Standards and Regulations. Compliance with the American General Contractors' Safety Manual and Occupational Safety and Health Act shall also be a requirement of the contractor of this project.2.39 The contractor shall collect all trash, debris, refuse, garbage, etc., which it generates and places it in appropriate containers with lids or approved covers on a daily basis. The aforementioned materials shall be hauled from the site by an appropriate means on a daily basis, unless otherwise approved by the Contracting Officer. Disposal shall be outside the limits of government property. Disposal shall be by sanitary landfill or other approved methods and shall conform to all local, state, and federal guidelines, criteria, and regulations.2.40 The contractor shall not have or allow glass food or beverage containers on the construction site. Glass lined thermal containers are permitted when contained in an appropriate metal or plastic outer shield.2.41 The contractor shall submit a Notification of Demolition to the appropriate state regulatory agency, a minimum of 10 days prior to commencement of any asbestos containing floor covering removal or building demolition with asbestos containing floor covering left in place.2.42 The contractor shall conduct demolition of the dock office building with asbestos containing floor covering left in place, provided that the demolition assessment survey has certified the material as being in good condition and meets the requirements of a category I non-friable ACM. Demolition shall be accomplished under wet conditions or equal methods to help minimize airborne dust. Demolition debris shall not be mechanically processed or ground up onto small pieces, as this would change the classification of the debris to a friable asbestos waste.2.43 Removed floor covering which had previously been certified as a category I non-friable ACM containing material and debris from demolition shall be re-inspected after removal to ensure that the floor covering material has not become friable. If the material has become friable, it must be manifested as regulated asbestos waste to a landfill which is authorized to accept regulated ACM.2.44 Category II non-friable asbestos containing siding or roof shingles shall be removed in whole sheets. Fasteners shall be removed, cut, or button punched through the material as required preventing the break up of the material and facilitating whole sheet removal.2.45 The removed asbestos containing material (ACM) shall be palletized or placed in sealed drums. Palletized material shall be wrapped with two layers of 6 mil poly. Packing material shall be inserted between the rigid material and the poly to prevent tears in the plastic wrap.2.46 Category II non-friable ACM shall be removed from a building prior to building demolition. A Notification of Demolition shall be submitted to the appropriate state regulatory authorities a minimum of 10 days prior to commencement of ACM removal. 2.47 Category II non-friable asbestos containing gypsum board shall be removed from the facility as a unit or in whole sections to minimize breakage. The gypsum board shall be adequately wetted during cutting or disjoining operations. A misting unit shall also be utilized to help minimize the concentration of airborne fibers. Each unit or section shall be carefully lowered to the floor and ground level without drooping, throwing, sliding, or otherwise damaging or disturbing the asbestos containing material. Serrated saws and abrasive sanding of the gypsum board will not be allowed.2.48 The area requiring sheet rock removal shall be critically prepped with 4 mil poly. All openings leading from the space shall be covered to contain all debris and dust within the work area.2.49 Asbestos certified workers will not be required provided engineering practices are implemented to keep the levels of airborne asbestos fibers below the action level of.1 f/cc. If at any time personnel air sampling data exceeds the action level requirements, the work area shall be shut down and the work practices examined to determine the cause for excessive fibers in the air. Workers shall receive training to inform of the hazards associated with asbestos, methods of dust control, and procedures to minimize breakage of gypsum board material.2.50 Area and personnel air sampling shall be conducted and the results certified by an industrial hygienist certified in the Comprehensive Practice of Industrial Hygiene (CIH). If at any time air sampling results indicate fiber counts above.1 f/cc then work will stop and removal methods examined. If the removal process cannot be changed to minimize the release of fibers, then the area shall be secured and a regulated area established for the removal of asbestos containing waste. Workers shall be certified for the removal of asbestos containing waste and all the state and federal requirements for the removal of the waste shall be implemented to include decontamination and negative air systems. All air sampling data shall be submitted to the government for retention in the contract file.2.51 Category II non-friable ACM shall be removed from a building prior to building demolition. A Notification of Demolition shall be submitted to the appropriate state regulatory agency a minimum of 10 days prior to commencement of ACM removal. Notification will not be required if the removal of the category II non-friable ACM is classified as a renovation project.2.52 Final clearing of dust and debris shall be with a HEPA type vacuum cleaner.3.GOVERNMENT FURNISHED:3.1Equipment None3.2Materials None3.3Services None4.STATEMENT OF WORK:4.1 Demolish and completely remove the dock office building and all debris created by the demolition from the site and properly dispose of the building, its contents, appurtenances and demolition debris. The majority of the dock office is over water. DO NOT REMOVE ANY PORTION OF THE DOCK AND DOCK DECKING SUPPORTING THE OFFICE.5. PERFORMANCE CRITERIA/DELIVERABLES5.1 PERFORMANCE:5.1.1 This work scope shall be completed within 30 days of notice to proceed.5.1.2 Notify the Fleet Program Manager by condition report of any conditions which may impact the completion of the work scope6. WORK HOURS, UTILITY OUTAGE AND SPECIAL CONDITIONS6.1 Work hours shall be 7:30 a.m. to 4:30 p.m., Monday through Friday, exclusive of Federal holidays. Work may be permitted on Federal Holidays, weekends or after 4:30 p.m. daily at the option of the government at no additional cost to the government, with written notice to the Contracting Officer at least 24 hours before the start of the scheduled work and with permission from the Contracting Officer.6.2 Utility Outage: When an extended utility outage is necessary to perform the contract work in an occupied facility, regardless of whether the work area is occupied, the outage shall be performed by the contractor during non-duty hours at no additional cost to the government, unless otherwise approved by the Contracting Officer. The contractor shall give written notice two weeks in advance of schedule outage. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2, Evaluation-Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsibility offeror whose offer to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate: (1) price, (iii) past performance, and (iii) technically acceptable. Techincal and past performance when combined are equal when compared to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the business size standard applicable to the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2009) (applies to this acquisition; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.203-06 Restrictions On Subcontractor Sales to the Government (SEPT 2006), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside (MAY 2004), 52.219-28, Post Award Small Business Program Representation (JUN 2007), 52.222-3, Convict Labor (JUN 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code, 6) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB destination. Responses and questions to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to janice.marshall@dot.gov or fax to 202-366-3237 no later than 12 May 2009 by 11:59 p.m local time. Reference: DTMA1Q09015 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. SITE VISIT: Interested parties may request a site visit between May 5-7 from 8:00 a.m. to 4:00 p.m. by contacting John Hickey @ 409-722-3433. A valid state issued drivers license is required to access facility.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad8fa907a44bc43d096b336f4044d40c&tab=core&_cview=1)
 
Place of Performance
Address: 2600 Amoco RdJefferson County, TX 77705<br />
Zip Code: 77705<br />
 
Record
SN01806806-W 20090503/090501221004-ad8fa907a44bc43d096b336f4044d40c (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.