Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
AWARD

B -- orentz Barrel and Drum (LBD) Superfund Site-

Notice Date
7/12/2016
 
Notice Type
Award Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912P7-15-D-0002DM01
 
Point of Contact
Glenda D. Kohlieber, Phone: 5756524135
 
E-Mail Address
glenda.d.kohlieber@usace.army.mil
(glenda.d.kohlieber@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912P715D0002DM01
 
Award Date
2/11/2016
 
Awardee
Adanta Inc, 828 School Street, Napa, California 94559, United States
 
Award Amount
393222.16
 
Line Number
0001
 
Description
This is a non-personal services contract to provide continued execution of Lorentz Barrel and Drum (LBD) Superfund Site Remediation, through the Focused Feasibility Study, Data Gap Investigation located in San Jose, California. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the primary contractor who, in turn is responsible to the Government. Basic Services: The Contractor shall provide all qualified personnel, management, supervision, materials, and other items and non-personal services necessary to perform additional sampling of soil and groundwater and to resolve present data gaps as defined in this Performance Work Statement (PWS). No work shall be accomplished beyond what is specified in this PWS unless specifically directed by the Contracting Officer. Kick-Off Meeting: The Contractor shall attend a Project kick-off meeting or teleconference within 30 days of contract award to discuss task requirements and expectations. Task 1- Project Planning Meeting Within two weeks of contract award, a planning meeting (conference call) shall be held, attended by the Contractor, USACE, USEPA and the FS Contractor. The purpose of the meeting is to facilitate development of the project SAP. Discussions will include: historical data, conceptual site model, potential source areas. The general strategy and logistics for implementing the TRIAD-type investigation will be discussed and agreed upon by the project team. The Contractor shall provide a project schedule and meeting summary within 5 days after the meeting.- Sampling and Analysis Plan The Contractor shall provide an addendum to the existing SAP (October 2014) to include the objectives, rationale, location, quantities for all sampling and analysis activities specified in this PWS. All revisions shall be within the existing format. Sample collection methods and laboratory analysis requirements shall remain the same for this investigation, with addition of methods for evaluation of PCBs. Laboratory reporting limits for all analytes shall be low enough to provide comparison of results to the project-specific screening values: MCLs for groundwater, Site Specific Screening Levels (AMEC Foster Wheeler, 2014) for soil. Laboratory analysis under this task order shall be accomplished through EPA's CLP program to the extent possible, with the exception of analysis of 1,4-dioxane in soil samples, which the Contractor shall have analyzed in a separate commercial laboratory. The Contractor shall coordinate with the EPA Region IX CLP manager to coordinate the sample analysis requirements and schedule. Sample analysis may be performed in EPA's laboratory in Richmond, CA; or EPA may request the samples be delivered to another CLP laboratory. EPA can also perform data validation as part of the service. In the event scheduling or other issues render the use of the CLP impracticable, line items provided under this PWS may be used to provide laboratory services through commercial laboratories for all samples. The revised draft SAP shall be submitted within 50 days after Task Order award and prior to beginning any work at the site. The EPA, USACE, and the FS Contractor will review the draft and provide comments within 14 days. The Contractor shall then address the comments and provide the draft-final SAP within 20 days of receipt of comments. The EPA, USACE, and the FS Contractor will backcheck the draft-final, and the LSGTF will also review it within 28 days. The Contractor shall resolve all remaining comments and finalize the SAP within 21 days of receiving the comments.Task 3 - Mobilization Prior to performing field work, the Contractor shall perform all coordination and site set-up activities necessary to facilitate the activities of this Task Order. Sampling will be required on properties owned by four separate owners: 1) 10th Street Land Management, (owners of the former LBD Site); 2) The Newark Property, west of LBD; 3) San Jose State University (SJSU), north of Alma Avenue; and 4) City streets, Alma Avenue and South 10th Street. There are restrictive covenants in place at the former LBD Property and the Newark Property, which allow access for work on EPA's behalf under CERCLA authority. For these two properties, EPA or USACE will make first contact with the property owners in order to inform them of the impending work. The Contractor shall then be responsible for coordinating schedule and other site logistics with the property owners/managers. The Contractor shall comply with all conditions of access agreements on all properties. For sampling on City streets, the Contractor shall be responsible for obtaining the required encroachment permits and compliance with the conditions of those permits. - Permitting The Contractor shall coordinate with all property owners to finalize sampling locations and schedules and other logistics as necessary. The Contractor shall also obtain encroachment permits from the City. Mobilization The Contractor shall: Set up sub-contracts and staffing and equipment; mobilize all resources to the work site; set up staging areas; perform traffic control as required during sampling activities; remove all equipment and wastes from the site; restore ground surface at all boring locations to match the surrounding surface; classify, transport, and dispose all investigation derived waste; survey all boring locations to an accuracy of at least +0.1 ft in the horizontal dimension and vertical dimension. - Field Sampling This task includes drilling, borehole logging, sample collection, delivery of samples to the laboratory. Source Evaluation: Sampling shall be performed through use of direct push technology. The Contractor's field geologist shall continuously log the borings to accurately determine and describe the geologic zones and the transitions from one to the next. Groundwater static head shall be measured. For the purpose of establishing quantities of samples, it shall be assumed that soil samples be collected at three (3) discrete depths in each boring, and one groundwater sample shall be collected in each boring. In addition to the primary samples, the Contractor shall collect and analyze quality control samples as specified in the SAP. Samples shall be collected for analysis of VOCs and 1,4-dioxane. Depth of borings will be sufficient to extend through the A/B Aquitard and into the B Zone to allow groundwater sampling; which is expected to require depths of up to 30 feet bgs. At the beginning of the field effort, the contractor shall collect samples for rapid turnaround (2-day) analysis. The contractor shall distribute the results to the project team in summary form as they are received, and schedule conference calls at agreed upon intervals to discuss them. In the conference calls, the team will determine locations and quantities of follow-on sampling. PCB Evaluation: Soil samples shall be collected beneath the sidewalks bordering the LBD property on Alma Avenue and 10th Street. Two samples shall be collected at each location, with the maximum depth at five feet below native soil surface. Drilling shall be performed with a hand auger. Concrete coring will be necessary. - Field Sampling, Basic Soil and groundwater samples shall be collected at up to 60 locations for the purpose of locating the secondary source of groundwater contamination.- Field Sampling, PCB Evaluation Soil samples shall be collected at 14 locations beneath the sidewalks bordering the LBD property on Alma Avenue and 10th Street. - Sample Analysis The Contractor shall provide analysis of the samples using the analytical methods specified in the Table below. Lab qualifications, data reporting requirements, validation requirements are elaborated in Attachment B. Laboratory analysis of samples for VOCs will be performed at no cost to the contractor. In the event that the Contractor does not have validation performed through the CLP, costs for validation shall be provided under this sub-task.Up to 99 soil samples shall be sent to a commercial laboratory for analysis of VOCs on a standard turnaround time.Soil Sample VOC Analysis, Commercial Laboratory/Rapid Turnaround Up to 81 soil samples shall be sent to a commercial laboratory for analysis of VOCs on a rapid (2-day) turnaround time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912P715D0002DM01.html)
 
Record
SN04179099-W 20160714/160712234646-1e9f9b44a7c0b6ac4eba3047a57a82c3 (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.