Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOURCES SOUGHT

F -- California OWS. Cleaning of oil water separators and washracks in California

Notice Date
5/25/2011
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4500-11-R-0011
 
Point of Contact
Matthew Wonch, Phone: 269-961-5660
 
E-Mail Address
matthew.wonch@dla.mil
(matthew.wonch@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only. This synopsis is not a request for proposal. A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified Service Disabled Veteran Owned small business concerns for a Firm-Fixed Price and Indefinite Quantity Contract for the planning, monitoring, scheduling, and cleaning of oil water separators and wash racks in California. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a small business set-aside is in the Government's best interest. The Government intends to solicit and award a Firm-Fixed Price Indefinite Quantity Contract for Services. The NAICS Code is 562211. The duration of the contract is anticipated to be for one (1) eighteen (18) month base period from the date of an initial contract award and will include two (2) eighteen month options. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. DLA Disposition Services is seeking eligible SDVOSB business firms capable of providing routine and non routine cleaning and maintenance to oil water separators / processing of waste and cleaning OWS, Tanks, and Wash Racks at approximately 84 sites in California. In support of the requirements to clean OWS the contractor shall furnish a Transportable Treatment Unit (TTU) at all pick up locations that must be fully mobile and consistent with requirements of industrial parking complexes, while at the same time capable of operating off road for all future OWS, tank and washrack cleaning projects. Removed water must be processed in the Contractor-operated TTU. At a minimum the TTU must treat 1000 gallons per hour. The Contractor shall operate the TTU under a current California tiered permit, including all operating requirements listed in 22 CCR 67450.3(a). These requirements include training of personnel according to 22 CCR 66265.16. Treated water must contain less than 5 ppm Total Petroleum Hydrocarbons, less than 30 ppm Total Suspended Solids, less than 1000 ppm Chemical Oxygen Demand, less than 400 Biological Oxygen Demand, and be virtually odorless. At tank system locations that use AFFF, the treated water must contain less than 1 ppm total surfactants by EPA Method 425.1. In order to demonstrate that the water is treated to the specified levels, the Contractor shall provide annual analytical results of two composite samples from at least two locations of treated water. Specifically, one composite sample from fuel/water tank systems and one composite sample from oil/water systems shall be collected. All analytical work will be performed by a laboratory approved for the specific methods by the State of CA Department of Health Services Environmental Laboratory Accreditation Program. Analytical results of these annual samples shall be provided to the HWSTF Operations Manager. Removed water shall be treated in a Transportable Treatment Unit (TTU) and used to recharge the tank system. Removed oil, along with removed sludge, solids, and debris, shall be containerized. Removed fuel shall be treated (reclaimed) in the TTU and containerized. These services may include confined space entry needed to satisfactorily maintain the tank systems. Sediments or combination of sediments must contain less than 2000 ppm TPH. Sediments must not contain more than 50% moisture content. For the material consisting of sediments and water, the water must be removed until the sediments contain no more than 50% moisture content. After the wastes have been treated to these specifications, the contractor will provide documentation that verifies the treatment. Upon acceptance by the government representative, the contractor will load and transport the sedimentary wastes, along with the appropriate verification documentation (lab analysis or log receipt signed by the government representative). Chemicals used in the separation of oils and hydrocarbons from the sediments must be water-based alkaline, non-flammable, non-toxic and non-corrosive. The chemicals used shall not produce detectable amounts of compounds such as Trihalomethane (THM). The chemical solutions used for washing of sediments must be treated and recycled on site. The OWS must be refilled with the treated water to at least 80% of its capacity. If necessary, clean water from the base water systems may be used but only after there is no more treated water left. If there is treated water remaining after refilling the OWS it may be disposed of into the base sewer drains. SUBMISSION REQUIREMENTS: It is requested that interested Service Disabled Veteran Owned small businesses submit to the Contracting Officer a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office locations(s), DUNS number. (2) Relevant Experience within the last five years, including contract number, and Government/Agency point of contact and current telephone number. The submittal package must be received not later than 2:00 p.m. EST on MONDAY, JUNE 6, 2011 Electronic submissions of the Statement of Capabilities Packages can be sent electronically to matthew.wonch@dla.mil SUBMISSIONS MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 2:00 PM EASTERN STANDARD TIME ON MONDAY, JUNE 6, 2011. LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4500-11-R-0011/listing.html)
 
Record
SN02457358-W 20110527/110525235458-d6c72ffccac66473ec6a14df552f2947 (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.