Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

Z -- REMEDIATION SERVICES

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, 701 N. Santa Anita Ave., Arcadia, California, 91006, United States
 
ZIP Code
91006
 
Solicitation Number
438194
 
Archive Date
9/15/2010
 
Point of Contact
Matthew Anderson, Phone: 626-574-5283, Mary C Howell, Phone: 626-574-5241
 
E-Mail Address
mlanderson@fs.fed.us, mchowell@fs.fed.us
(mlanderson@fs.fed.us, mchowell@fs.fed.us)
 
Small Business Set-Aside
Competitive 8(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. Solicitation is issued for Request for Quotations (RFQ) #438194. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-44. Date of delivery 90 days after receipt of order. FOB point is Monte Cristo, Angeles National Forest. Offers are due to the Forest Service, Southern Province Acquisition Office, 701 N. Santa Anita Ave, Arcadia, CA 91006 not later than 4:00 PM Pacific Standard Time on 31 August 2010. This procurement is set-aside 100% for 8(a) Certified Businesses. The NAICS Code is 562910 with a size standard of 500 (No. of Employees). Requirement is to procure REMEDIATION SERVICES, to include complete demolition of buildings, debris removal, hazardous material characterization and delineation, and the clean up and disposal of contaminated soils at the Mine Cristo burn site located in the Angeles national forest in accordance to the attached Statement of Work. There is no scheduled site visit. However, it is HIGHLY ENCOURAGED that each offeror visit the site to get familiarized with the area and requirements. All questions are due via E-mail to mlanderson@fs.fed.us not later than 4:00 PM Pacific Standard Time on 24 August 2010. Questions will not be accepted after this time. The following are general guidelines and specifications for the existing stands: C.1.0 SCOPE The contractor shall provide all labor, materials, equipment and supervision to demolish and clean up existing, undamaged/ unburned, damaged or burned structures on the Angeles National Forest.C.1.1 BUILDINGS AND FACILITIES TO BE DEMOLISHED AND LOCATIONS:1. Monte Cristo Station Residence: Location: Intersection of Angeles Forest Highway and Upper Big Tujunga Road; the residence is up the driveway, above the station. Bldg #1059; bldg name Monte Cristo Residence #1; SQ ft 1221; Yr blt 1967; Approx lat 34.32846; Approx lon -118.12434. C.2.0 PROJECT SPECIFICATIONS: The contractor shall provide all labor, materials, equipment and supervision to complete demolition of buildings and other related structures, debris removal, hazardous material characterization and delineation in buildings, debris, or underlying and adjacent soils, clean up and disposal of any contaminated soil or debris, at various burned and unburned sites on the Angeles National Forest. The Contractor shall remove the burned debris from the buildings listed on the table in Section 1.1 above.The Contractor shall demolish the designated existing building(s), including those that are completely burned and collapsed, those that are partially burned and collapsed, and those that are not burned and collapsed at the designated site(s). The work includes demolition, removal, hauling off forest, and legally disposing in landfill or as hazmat, all structures, footings, underground septic tanks, chimneys, various concrete slabs and retaining walls, asphalt pavement, charred debris (containing asbestos, lead paint, ploychlorinated biphenyls (PCBs), mercury, waste oil, chloroflurocarbons (CFCs) and halons), and non-native materials and debris. All utility services shall be disconnected and capped. The work also consists of characterization of the soil at the site to determine if it has been contaminated by the hazardous materials found in the structures at the site, delineating the subsurface extent of any contamination, removal, hauling off forest, and legally disposing contaminated soil, backfilling the area (if determined necessary by the Government) by soil from clean sources identified by the Government within 5 miles of the work site(s), and compacting the backfill in thin layers to 90 or 95 percent (whichever specified by the Government) relative compaction, per ASTM D-1557 (latest version).The contractor shall also locate and cap for future use, the underground plumbing pipes leading to a septic tank and leach field (known together as INFRA Asset 1863). The site includes a water system comprised of the following: an existing well, a 25,000 gallon tank, a 50,000 gallon tank, and a newly drilled and installed well, all located off site. The water system also includes a network of underground pipes from the wells, to the tank, to the buildings and exterior faucets. The contractor shall locate and cap for future use the water pipes serving the site. The contractor shall also remove on site burned or partially burned appurtenant structures including but not limited to signs and barriers.The site is located at the southeast corner of the intersection of the Angeles Forest Highway and Forest Road 3N17. The site extends east from the Angeles Forest Highway to the first gate on 3N17, and it extends north from 3N17 to the steep descending slope beyond the burned residences. See site limits below.The Contractor shall perform this work using the following specification. C.2.1.1 APPLICABLE CODES AND REGULATIONS:The Contractor shall comply with all applicable Federal, State, interstate and local laws, environmental regulations, and requirements. This includes compliance with the National Contingency Plan (NCP), the Resource Conservation and Recovery Act (RCRA), and the California Health and Safety Code; California Code of Regulations, Title 22, Division 4.5. The duty of the Contractor to comply with all current applicable laws, regulations and requirements takes precedence over any other duty or task described herein. Therefore, in the event that subsequent legislation or regulations conflict with prescribed procedures contained in this contract, said changes shall take precedence. All work submitted and performed by the Contractor may be subject to the review and approval of EPA and/or the appropriate State regulatory agency. Therefore, it is the responsibility of the Contractor to contact the appropriate regulatory agency(s) to determine their requirements for each individual project. The government will be responsible for submitting reports to regulatory agencies unless other arrangements are approved by the Contracting Officer's Representative (COR). It is the Contractor's responsibility to find out from the regulatory agency(s) which guidance materials are current and applicable. The Contractor shall, without additional expense to the Forest Service, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State and local laws, codes, and regulations in connection with the execution of the work. This includes ensuring project related hazardous or toxic wastes are sent to licensed, permitted, and approved disposal sites. The Forest Service will obtain, as necessary, the required temporary EPA Identification Number for site cleanup activities. All work, including the handling of hazardous materials or the disturbance or dismantling of structures containing hazardous materials shall comply with the applicable requirements of 29 CFR 1910 and 29 CFR 1926. Work involving the disturbance or dismantling of asbestos or asbestos containing materials; the demolition of structures containing asbestos; and/or the disposal and removal of asbestos, shall also comply with the requirements of 40 CFR 61. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. C.2.1.2 CONTRACTOR QUALIFICATIONS AND LICENCES: Contractors must possess the certification listed below. This list is not all inclusive and is subject to change as new Federal, State and local laws and regulations are implemented and existing Federal, State and local laws are revised. Asbestos; Asbestos removal and abatement contractors must be certified by the Board under Business and Professions Code Section 7058.5. Labor Code Section 6501.5 requires any contractor who does asbestos abatement to register with Cal / OSHA's Asbestos Contractor Registration Unit before doing any work involving asbestos. Business and Professions Code Section 7180 et seq. requires any individual performing asbestos consulting activities in California to be certified by Cal / OSHA's Asbestos Consultant Certification Unit. Hazardous Waste Transportation; Any person who transports hazardous waste in a vehicle must have a valid registration issued by DTSC in his or her possession while transporting the hazardous waste. Statutory requirements governing hazardous waste transportation in California are contained in Division 20, Chapter 6.5, Article 6.5, Article 6.6, and Article 13 of the California Health and Safety Code (Health & Saf.Code). Regulations adopted pursuant to these statutes are found in, Division 4.5, Chapter 13, and Chapter 29 of the California Code of Regulations, title 22. (Cal. Code Regs., tit. 22). Lead Based Paint. California's lead accreditation and certification program began in June, 1994. At that time, new childhood lead poisoning prevention legislation (Title 17, California Code of Regulations, Section 35001 et seq.) required the California Department of Health Services (DHS) to create a program to certify lead-related construction trades-people and accredit lead-related construction training providers. Final regulations establishing this program took effect April 5, 1995. Underground Storage Tank Closure. A contractor shall not install or remove an underground storage tank, unless the contractor has passed the hazardous substance certification examination developed pursuant to this section. A contractor who is not certified may bid on or contract for the installation or removal of an underground tank, as long as the work is performed by a contractor who is certified pursuant to this section. Hazardous Waste Remediation. No contractor shall engage in a removal or remedial action, as defined in subdivision (d), unless the qualifier for the license has passed an approved hazardous substance certification examination. C.2.1.3 NOTIFICATIONS AND PERMITS: Prior to commencing work, Contractor shall provide written proof of submittal of notifications to the following agencies regarding activities at this temporary work site. 1. Cal/OSHA (P.O. Box 630, San Francisco, CA) 2.Local Air Quality Management District 3. Environmental protection Agency 4. California Department of Health Services. The Contractor shall provide proof of required licenses and permits for transportation, storage and/or disposal of asbestos waste in an approved site. C.2.1.4 HEALTH AND SAFETY PLAN The Contractor shall perform all operations in a prudent, conscientious, safe and professional manner. At a minimum, the Contractor's personnel and equipment shall comply with applicable Federal, state, and local laws, safety and health regulations and procedures, as well as Forest Service regulations, rules and procedures. The Contractor shall ensure that its agents, employees and subcontractors perform in a safe manner. The Contractor shall ensure that all personnel involved in handling hazardous materials/waste and conducting emergency response and site cleanup activities are trained in the level of expertise required for the proper performance of the work activities. A Master Health and Safety plan is required prior to initiation of work under this contract. The Contractor shall submit a Master Health and Safety plan prior to the initiation of any work under this contract. The Health and Safety Plan, and amendments thereto, submitted under requirements of this contract shall be prepared by the Contractor's health & safety manager. The Health & Safety Plan to be submitted by the Contractor shall have contingencies available to address the possibility of performing removal operations involving hazardous chemicals (i.e. PCB, Xylene, Toluene, Benzene). The plan shall also address air emission reduction methods (i.e. foaming) on-site air emission levels and contingency actions (i.e. protective equipment, work shutdown, etc.) and spill plans. The Health and Safety Plan will describe procedures for establishing the appropriate levels of protection (i.e. A, B, C, D) for each work activity. C.2.1.5 LABORITORY QUALIFICATIONS AND REQUIREMENTS. The Contractor may be required to use laboratory facilities for analysis of unknown chemicals/materials and potentially contaminated soil, groundwater, or surface water. The analytical laboratory chosen by the Contractor(s) to perform analysis shall be a State of California Certified Laboratory; and certified to perform the required analytical method at the time the tests are conducted. C.2.1.6 CONTRACTOR CAUSED SPILLS AND LEAKS.The Contractor is solely responsible for any and all spills or leaks and subsequent clean up that may be required during the performance of this contract which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. The Contractor agrees to clean up such spills or leaks to the satisfaction of the Forest Service and in a manner that complies with applicable Federal, state, and local laws and regulations. The clean up shall be at no cost to the Forest Service. The contractor shall provide spill response materials including, but not limited to, containers, shovels and personal protective equipment. Spill response materials shall be available at all times in which hazardous materials and hazardous wastes are being handled or transported. Spill response materials shall be compatible with the type of material being handled or transported.The contractor shall report all such spills or leaks, regardless of their quantity, to the Forest Service immediately upon discovery. A written follow-up report shall be submitted to the Forest Service no later than 24 hours after the initial telephonic report. The written report shall be in narrative form and as a minimum include the following: Description of the item spilled (including identity, quantity, manifest no., etc). Whether amount spilled is EPA/state reportable, and if so whether it was reported, and to whom. Exact time and location of spill including a description of the area involved. Containment procedures initiated. Summary of any communications contractor has with press, Federal, state and local regulatory agencies and officials, or Forest Service officials. Upon completion of the clean-up activities for contractor caused spills and releases, the contractor shall submit a final clean-up certification report to the Forest Service. The report shall include a description of clean-up procedures employed at the site, the final disposition and disposal location of spill residue. Include also copies of all spill related cleanup and closure documentation and correspondence from the regulatory agencies. C.2.1.7 HAZARDOUS MATERIAL AND HAZARDOUS WASTE MANAGEMENT MATERIAL/WASTE SEGREGATION: The Contractor is responsible for ensuring that all hazardous and non-hazardous materials and wastes generated during activities undertaken pursuant to this contract are segregated so as to minimize the volume of hazardous wastes. Containers must be marked so that they are readily identified. In addition, the Contractor must ensure that there is a clear audit trail for all items until the final recycling or treatment/disposal is accomplished. Packaging and Container Marking: The contractor shall package, mark, label and load all items in such a manner that all applicable Federal, state and local EPA and DOT regulations are met. Packaging, shipping names, marking, labeling, placarding, etc., under the terms of this contract will be in accordance with 49 CFR and 40 CFR. All hazardous waste containers shall be labeled in accordance with the requirements of 40 CFR Part 262, Subpart C, Part 264, Subpart I and Part 265, Subpart I and California CCR, Title 22, Division 4.5. If items must be repackaged for proper shipment the contractor shall perform such repackaging and furnish all required materials. When repackaging is necessary, the contractor shall be responsible for disposal of the original container and placarding in a manner that complies with all applicable federal, state, and local EPA and DOT regulations. The Contractor shall also provide and affix the appropriate placards to each vehicle prior to leaving specific project sites. The Contractor shall ensure that all containers used for the packaging and repackaging of hazardous wastes are compatible with the materials they will hold. The Contractor is also responsible for ensuring that the containers they provide for the management of wastes comply with the requirements of 40 and 49 CFR and applicable state and local regulations. If the Contractor elects to package compatible items in the same container, then the contractor must provide an all-inclusive packing list showing each item and its respective quantity. This list shall be placed outside the outermost container. A copy of the packing list must be attached to the manifest. The Contractor is responsible for ensuring that all contaminated media (soil, water, etc.) are placed into the appropriate containers in compliance with applicable Federal and State environmental laws and regulations.Manifesting: A uniform hazardous waste manifest is required for the removal of regulated hazardous wastes from National Forest Lands under this contract. Manifests and land disposal restriction notifications will be prepared by the Contractor in accordance with 40 CFR Part 262 Subpart B, Part 263 Subpart B, Part 264 Subpart E, Part 265 Subpart E and Part 268 as well as California CCR, Title 22, Division 4.5. A Forest Service representative shall sign the manifests as the generator. The Contractor shall review all manifests for completeness and accuracy prior to presenting them to the Forest Service for signature.Completed copies of all manifests shall be furnished to the Forest Service office whose address appears on the manifests, as well as submitted as attachments to all invoices. Manifests shall be submitted in such a manner as to comply with the timeliness prescribed by the state and EPA regulations. Each manifest, as well as all other documentation required herein shall be clearly and distinctly marked with the contract number and delivery order number as applicable. If blocks are not provided, the contract and delivery order information shall be placed in the upper right hand corner of each document. Material/Waste Management on National Forest Lands: The Contractor(s) is responsible for seeing that all materials and wastes generated during the activities of this contract are managed in compliance with Federal, state and local environmental laws and regulations. This includes ensuring that all excavated contaminated soils are immediately placed into appropriate containers upon excavation and not stored directly on the ground. In those instances where contaminated soil stockpiling is necessary, soils shall be placed on a liner for containment purposes. The Contractor(s) is responsible for seeing that all containers of hazardous site characterization and remediation wastes generated under the activities of this contract are removed from National Forest lands within the applicable regulatory time frames. Transporters: For all hazardous wastes transported under this contract, the Contractor shall present at time of offer, all applicable state waste hauler licenses and hauler numbers. Only experienced, licensed, transporters shall be used to haul hazardous wastes under this contract. The Contractor shall also provide and affix appropriate placards to each vehicle prior to leaving Forest Service premises and ensure that all EPA, DOT and State transporter requirements are met. The contractor will comply with, and ensure that all applicable subcontractors comply with, all requirements of 49 CFR 100-199, regarding waste transportation under this contract. Complete compliance with these regulations shall include, but not be limited to, ensuring that emergency response information is carried on transport vehicles and maintained at facilities where hazardous materials are received, stored, or handled during Transportation. Shipping papers will contain an emergency response telephone number supplied by the disposal contractor which is monitored 24 hours a day in order to provide immediate, detailed emergency information to personnel reacting to emergencies. Technical names will be included in the descriptions of materials reflected on shipping papers by "not otherwise specified" (n.o.s.) descriptions. Off-Site Recycling and Treatment/Storage/Disposal Facilities: The Contractor shall identify each recycling and/or TSD facility, which may receive hazardous materials/wastes under this contract. Each TSD facility must have, as a minimum; EPA RCRA permitted or state approval as a treatment or disposal facility and is in good standing with the regulatory community. The Contractor agrees that no facility other than those initially accepted by the Government in the award process will be used. The Forest Service on a case-by-case basis may accept additional TSD facilities. In an effort to reduce the Region's future liability for the wastes it generates, ALL wastes and contaminated media managed under this contract shall be sent to only those treatment/ storage/disposal facilities that are in compliance with EPA's "Off-Site Rule" (40 CFR 300.400 on the U.S. Environmental Protection Agency's "Off-Site Rule" list. The Contractor shall provide confirmation that the proposed off-site facility is Off-Site Rule compliant prior to the initiation of any shipment.C.2.1.8 WORK PLAN The Contractor(s) shall provide the Government with three (3) copies of the Work Plan for the project. This Work Plan shall include, but is not limited to, the following: A description of how the work will be performed. Specific exclusions/ assumptions regarding the specific work to be performed. A listing of personnel, including subcontractor(s), working on the project. Qualifications and experience of personnel and subcontractors including the registered geologist or civil engineer that will be overseeing the work where site assessment will be performed. A hazardous material/waste management plan, which includes waste identification protocol, an explanation for reuse/disposal chosen, identification of the selected recycling facility or TSD facility. Documentation and certification of the facility's ability to accept hazardous materials/wastes shall be provided as an attachment to the work plan. Documentation of Hazardous Waste Operations Training, Asbestos and Lead-Based Paint Certification for on-site personnel. Project Specific Safety & Health Plan. Project Specific Emergency Response Plan. Project Specific Sampling and Analysis Plan. Project Specific Quality Assurance Plan. A list of equipment to be available. A list of supplies to be provided. A Project Work Schedule. All work plans must be approved in writing by the Government prior to the commencement of that phase of work. C.2.1.9 REPORTS Upon completion of the project work under this contract, the Contractor shall provide two (2) hard copies of a Final Project Report and one (1) copy (electronic.pdf files) of a Final Project Report. The Final Report includes: A report of the demolition, disposal and soil characterization results. The report shall be signed by the registered geologist or professional engineer responsible for the work, as required by the State of California. Destination and method of reuse, recycling, or disposal of all waste, including rationale for the disposal. The name, address and EPA or State Identification Number of the site shall be included in this section of the report. Method of packaging of material/waste to comply with the requirements of this contract and to comply with Federal and State requirements for transportation and disposal. This includes the method of transport and name, address, and EPA-Identification Number of all transporters. Itemized costs for handling, transport, and disposal. Copies of all signed manifests, land disposal restriction forms, waste profile sheets, laboratory test results, etc. EVALUATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PAST PERFORMANCE, PRICE with past performance being more important than price. All offerors are required submit past performance data from AT LEAST 3 BUT NO MORE THAN 5 of their most recent past performance data from Federal, State and Local Government and private industry contracts from the past three (3) years. Failure to do so will result in offeror being disqualified. Quotes must be accompanied by a simple technical representation. The following clauses and provisions are incorporated in this synopsis/solicitation by reference and cab be found on http://farsite.hill.af.mil. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses are cited: FAR 52.203-3, Gratuities; FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.207-4, Economic Purchase Quantity-Supplies; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations On Subcontracting; FAR 52.222-3, Convict Labor, Clause at FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; FAR 52.227-1, Authorization and Consent; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3 Protest After Award; Additional Contract Terms & Conditions applicable to this procurement are: Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91T5/438194/listing.html)
 
Place of Performance
Address: Monte Cristo Station Residence: Location: Intersection of Angeles Forst Highway and Upper Big Tujunga Road., Los Angeles National Forest, California, 91006, United States
Zip Code: 91006
 
Record
SN02244793-W 20100820/100818234845-a2e261d8c29d7b51d37bf8985daa954f (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.