Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOURCES SOUGHT

F -- Hazardous Waste Disposal Service

Notice Date
7/28/2015
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W56ZTN-15-R-HAZW
 
Response Due
9/15/2015
 
Archive Date
10/15/2015
 
Point of Contact
Sherry Compton, 443-861-4747
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(sherry.l.compton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS - HAZARDOUS WASTE OPERATIONS SUPPORT SERVICES The Army Contracting Command-Aberdeen Proving Ground (APG) is issuing this sources sought synopsis as a means of conducting market research to identify interested and qualified small and minority owned businesses to support a requirement for hazardous waste operations support services at APG. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement are 562211. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain the small and minority-owned business' market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure, apply and maintain through a multi-year period the full range of financial, human capital, and technical resources required to successfully perform similar requirements; 3) devise and implement needed quality controls to ensure compliance with stringent regulatory, technical and operational requirements; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this Sources Sought Notice Not Later Than September 15 2015, at noon. All responses under this Sources Sought Notice must be emailed to Lori Nguyen at lori.l.nguyen.civ@mail.mil and Ms. Sherry Compton at sherry.l.compton.civ@mail.mil. If you have any questions concerning this opportunity please contact: Lori Nguyen at lori.l.nguyen.civ@mail.mil and Ms. Sherry Compton at sherry.l.compton.civ@mail.mil APPENDIX Background and Scope of Services A. Background: Aberdeen Proving Ground is a major U.S. Army research, development, test and evaluation facility located 25 miles northeast of Baltimore, MD just off the I-95 corridor. The federal facility occupies thousands of acres of land and water resources, and hosts large numbers of engineers, scientists, technicians and support personnel engaged in research, development, testing, facility and vehicle maintenance activities. In aggregate, APG generates significant quantities of various hazardous and industrial wastes, and is considered a large quantity hazardous waste (HW) generator per federal and state HW regulations. The US Army Garrison APG (USAGAPG) is charged with overseeing the tracking, characterization, collection, storage and disposal of installation-generated HWs. To help meet this requirement, the Garrison Directorate of Public Works manages two HW receiving and storage facilities where wastes are marshaled and stored prior to off-site shipment and disposal. These facilities are geographically separated on the Proving Ground: the larger, primary facility is located in the APG's Edgewood area; the smaller facility approximately 10 miles northeast in APG's Aberdeen area. Contract support is required for the operation of these facilities, for waste sampling and analysis, and HW tracking and reporting. B.Scope of Services. Required services include the following: 1.) Daily operation of the USAGAPG's two HW storage facilities in both the Proving Grounds' Edgewood and Aberdeen areas in compliance with all applicable federal, state, local regulatory standards, and state and federal Environmental Protection Agency (EPA) issued permits governing activities at these locations. Services include the review and approval of customer-generated electronic turn-in documents and waste profiles, waste acceptance, receipt, intra facility movement, segregation, storage, inspection and preparation for off-site shipment and disposal by a separate contractor. Evaluate electronic waste analysis and turn-in data for completeness and accuracy. Inspect waste containers, container storage areas, supporting infrastructure (e.g., lighting, door locks), engineering controls (e.g., ventilation), and safety equipment (e.g., emergency eyewashes and showers) utilizing checklists and information prescribed in site SOPs, RCRA permits, and state/federal hazardous waste and safety regulations, as applicable. Pre-coordinate special projects such as lab packing services at customer sites and maintain written customer logs for all fielded customer queries. 2.) Waste sampling and analysis services; includes the collection of waste samples from piles, containers, tanks and other locations, the off-site laboratory analysis of these samples, and reporting of analytical results. Must be able to determine appropriate waste sampling and analysis requirements needed to satisfactorily characterize APG's hazardous and industrial wastes for safe, off-site disposal. Furnish and maintain all required sampling equipment (e.g., photo-ionization detector, Draeger pumps, ladles, spoons/trowels, bomb, etc. ) and on-hand 30-day supply of consumable sampling containers, preservatives, distilled water, wipes, shipping coolers, etc. needed to support contractor and APG customer hazardous and industrial waste sampling requirements. Supplies shall meet sample collection, preservation and storage requirements specified in current version of SW 846, Clean Water Act (40 CFR 136) and Standard Methods for Water and Wastewater Analysis, as applicable. Perform routine sampling requiring the use of OSHA level C or D PPE of unconfined environmental media (i.e., soil and water), containers, tanks, secondary containment structures and equipment. On occasion, screen and/or sample containers/tanks of unknown wastes requiring the use of level B PPE when the risks associated with such actions are deemed acceptable as documented by approved risk assessment. Select and document number of samples to be collected, sampling methods to be employed, safety considerations/actions to protect personnel, sample preservation and shipment procedures, and field QA/QC. Ensure actions are consistent with SW 846, Clean Water Act and government-approved SOPs and procedures. Use analytical laboratory (ies) that meet Department of Defense QA/QC requirements and provides reliable analytical information through the use of appropriate facilities, equipment, operating procedures, quality assurance/quality control, data validation and recordkeeping practices as outlined in the most recent edition of SW-846 (Test Methods for Evaluating Solid Waste, Physical/Chemical Methods), Clean Water Act Methods and applicable ISO/IEC 17025 standards. Must be able to provide required laboratory analysis of collected waste samples within specified time-frames following the methods identified in the current version of SW 846 and Clean Water Act methods. Return results for rapid turn-around within 48 hours, and those for normal turn-around within 7 calendar days. Analytical reports will comply, as applicable, with reporting requirements found in Appendix A to Department of Defense Quality Systems Manual for Environmental Laboratories, version 5.0. Must be able to comply with applicable DOT and/or US Postal System regulations for sample shipment. 3.) Provide HW data entry, updating, cost accounting, reporting and archiving to ensure accurate, compliant and cradle-to-grave tracking of all managed hazardous and industrial wastes. Major tasks include tracking of approximately 8,000 to 10,000 containers per year; maintaining manifest data for approximately 250-300 annual off-site waste shipments; cross-checking disposal task orders issued by the government to separate waste disposal contractor; scanning, organizing, filing and archiving waste shipment packages; preparation of customer activity cost accounting packages; and preparation of various weekly, monthly, quarterly, annual and biennial reports. 4.) Emergency Preparedness and Response to include conducting monthly emergency preparedness and safety meetings and/or practice exercises; maintain at each storage facility an adequate supply of protective clothing, spill response kits, drain cover mats, drums, sorbents, and other supplies to respond to contingencies within the confines of the EA and AA hazardous waste storage facilities. Maintain a written inventory of all stocked, on-site spill response supplies and equipment and update monthly. Personnel shall be able to recognize hazardous conditions, notify response authorities, gather data other more qualified first responders, and provide stand-off spill/release containment actions such as the placement of sorbent socks to prevent the release of wastes to storm drains and/or mitigate negative environmental impacts. Assist in or perform waste cleanup when it has been determined by competent government authority (e.g., Fire Department or Installation Safety Office) safe to do in OSHA level C PPE or less. 5.) Personnel performing under this requirement must meet current OSHA, DOT and RCRA training requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/532c9f8554d29975ad483de4bf5c5e96)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03813813-W 20150730/150729000235-532c9f8554d29975ad483de4bf5c5e96 (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.