Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

R -- The sampling, packaging, transporting, and analysis of hazardous material samples at Redstone Arsenal in Huntsville, Alabama in support of NSCM activity.

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10T0010
 
Response Due
3/16/2010
 
Archive Date
5/15/2010
 
Point of Contact
Lisa Digney, (309) 782-4946
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(lisa.m.digney@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. It is anticipated that a firm-fixed priced, sole-source purchase order will be issued for the proper sampling, packaging, transporting, and analysis of hazardous material samples at Redstone Arsenal in Huntsville, Alabama. The Government intends to solicit and negotiate with only one source (Hendrix Enterprises, Madison, AL) under the authority of FAR 13.106 under FAR 13 Simplified Acquisition Procedures. The Government has determined that competition of these highly specialized services would result in substantial duplication of cost to the Government and/or unacceptable delays in fulfilling the agency's requirements. The Contractor shall provide the services in accordance with (IAW) the terms and conditions contained herein: Statement of Work 1.0 Site Location. The Project Manager of Non-Stockpile Chemical Materiel will be conducting an Explosive Destruction System (EDS) destruction operation at the Redstone Arsenal (RSA) in Huntsville, Alabama. The site location will be on the east side of RSA, approximately 1 mile from RSA Gate Number 3. The operating site and Satellite Accumulation Area is located adjacent to the intersection of RSAs Blue Bird and Eagle Roads. 2.0 EDS Destruction Operation Schedule. The EDS destruction operation schedule is currently estimated at: Mobilize Equipment and Resources to site 10 May 2010 Site Set-up 12 20 May Pre-Op & Findings Resolution 24 28 May Destruction Operations 31 May 7 June Site Closure 8 9 June Demobilize from RSA, Mobilize to Camp Sibert 16 June 2010 Actual operational dates will be confirmed as the mobilization date approaches. 3.0 The Contractor shall, as an independent Contractor, and not as an agent of the Government, provide the necessary equipment and properly trained resources to accomplish the specific project objectives defined in this statement of work (SOW). All Contractor personnel supporting this effort shall be capable of obtaining clearance into RSA. All personnel and activities provided by the Contractor shall be in full compliance with the RSA Regulation 200-6, Redstone Arsenal Hazardous Material/Waste Management Program: Hazardous Material/Waste Management Plan and all applicable Resource Conservation and Recovery Act (RCRA) regulations. 3.1 Sampling of Hazardous Waste. After the waste has been transported to the less than 90-day waste storage, the Contractor shall obtain a representative sample from all liquid hazardous waste containers in accordance with the Sample and Analysis Plan, Annex F of the Work Plan for the Explosive Destruction System (EDS) operations at Redstone Arsenal. These samples shall be obtained, containerized, packaged, and transported in accordance with all applicable RSA and DOT regulations. 3.1.1 The hazardous waste generated by the EDS destruction operation is estimated to be: 3.1.1.1 (4) 55-gallon of solid waste drums containing metal scrap from the EDS chamber 3.1.1.2 (12) 55-gallon liquid waste drums containing sodium hydroxide and water or ethylene glycol and water, and other normal liquids from an EDS operation 3.1.1.3 (8) 55-gallon solid waste drums containing PPE, etc. and other normal solids from an EDS operation 3.2 Lab Analysis. The Contractor shall obtain the services of an Alabama certified laboratory meeting with the approval of the state of Alabama for the proper RCRA characterization analysis of all liquid waste samples collected from wastes generated during the EDS destruction operation. The Contractor shall transport the waste samples to the certified laboratory for RCRA analysis in accordance with the Sample and Analysis Plan, Annex F of the Work Plan for the Explosive Destruction System (EDS) operations at Redstone Arsenal. The Contractor shall review the analytical results and make the proper determinations to characterize the EDS wastes to ensure proper management related to labeling, placarding, and all necessary waste shipping/transportation documentation. 3.3 Waste Documentation. 3.3.1 Waste Profile. The Contractor shall prepare a waste profile for each container/type of waste generated from the EDS destruction operation. The Contractor shall obtain the approving signature of XXXX from RSA Environmental Management Division for all waste profiles. XXXXs office is in RSA Building XXXX, Room XXXX, RSA Installation Restoration Branch, phone number XXXX. The Contractor shall provide copies of the signed waste profiles to XXXX, of XXXX for use in preparing hazardous waste manifests for the generated waste. XXXXs address is: XXXX XXXX XXXX XXXXs office phone is XXXX and cell phone is XXXX. 3.3.2 Hazardous Waste Manifest. The Contractor shall obtain all hazardous waste manifests related to the wastes generated from the EDS destruction operation from XXXX and obtain an approval signature from XXXX. 3.3.3 Final Documentation. No later than 2-weeks after completing the EDS destruction operation the Contractor shall provide electronic copies of laboratory analytical results, including chain of custody, all signed waste profiles, and signed waste manifests to: 3.3.3.1 XXXX 3.3.3.2 XXXX 3.3.3.3 XXXX, and, 3.3.3.4 XXXX 3.4 Waste Container Labeling. In accordance with applicable RCRA and RSA regulations, the Contractor shall obtain and apply the proper labeling to each container of hazardous waste prior to shipping. 3.5 Inspection of Temporary Storage Area. On a weekly basis, the Contractor shall conduct inspections of the less than 90 day waste storage area in which the EDS process wastes were placed. During this inspection, the Contractor shall observe the condition of the waste containers and examine these containers for signs of leaking or deterioration of the containers from corrosion or other factors. In the event that leaking or deterioration is observed, the Contractor shall immediately contact the following persons via phone and email, and provide a detailed report of the issue: 3.5.1 XXXXCell Phone: XXXX Email: XXXX 3.5.2 XXXXPhone: XXXX Email: XXXX 3.5.3 XXXXPhone: XXXX Email: XXXX 3.6 Shipment of Waste. The Contractor shall communicate with XXXX, XXXX, to determine the actual date of waste pickup. The Contractor shall have a representative present, at the pickup site, at the time the waste is loaded on to the transport vehicle. The Contractor shall ensure that all waste generated by the EDS destruction operation is loaded on the transport vehicle and that all paperwork is in order and complete. 3.7 Inspection/Acceptance. Inspections shall be in accordance with the applicable terms and conditions of this purchase order. Final acceptance by the governments authorized representative of the services will be determined in accordance with the requirements of this purchase order and will be provided in writing to the Contractor. 3.8 Period of Performance. The overall duration of this task is 90 days after purchase order award. All efforts under this purchase order shall be completed no later than 90 days after purchase order award. The Contractors responsibilities shall begin as the first hazardous waste container is placed in the less than 90 day waste storage area, and shall end as the last waste container is placed on the truck for transporting to a Treatment, Storage, and Disposal Facility (TSDF). The anticipated period of performance for this purchase order is estimated to be 1 May 2010 through 30 June 2010. As a result of the numerous variables affecting an operation of this magnitude, schedule delays are held to a minimum but may have a significant effect on the start of operations. As such, the date of mobilization of equipment and resources to RSA and the actual period of performance will be communicated by the governments authorized representative to the Contractor. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J10T0010. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38, Effective 01 Feb 2010. NAICS code for this solicitation is 562998 and the small business size standard is $7 million. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM: 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; (Title Environmental Technician; GS-07; $18.89/hr.) 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFDFARA.HTM: 252.232-7010, Levies on Contract Payments; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses listed in 252.212-7001 are incorporated: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Contractors may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for quote; however, all quotes received within ten (10) working days after date of publication of this combined synopsis/solicitation will be considered by the Government. Responses or quotes must be received by the Contract Specialist, Lisa Digney at lisa.m.digney@us.army.mil, fax (309) 782-7257, or Rock Island Contracting Center (RICC), CCRC-DB, Rock Island, IL 61299-8000. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2de0f4209417686680a2ce8d16d89633)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) 1 Rock Island Arsenal Rock Island IL
Zip Code: 61299-8000
 
Record
SN02080926-W 20100304/100302235450-2de0f4209417686680a2ce8d16d89633 (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.