|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125DLA, Defense National Stockpile Center, Directorate of Stockpile
Contracts, 8725 John J. Kingman Road, Suite 4616, Fort Belvoir, VA
22060-6223 S -- BUNDLING, BANDING, WEIGHING AND RELOCATING ATIMONY AND LEAD SOL
SPO833-98-B-0183 DUE 082898 POC Point of Contact -- Wilbert C. Payne,
Contract Specialist, 703-767-5346 WEB: wilbert_payne@hq.dla.mil,
http:/www.dnsc.dla.mil. E-MAIL: Point of Contact, Wilbert C. Payne,
wilbert_payne@hq.dla.mil. . DEFENSE NATIONAL STOCKPILE CENTER is
soliciting Bids for bundling, banding, weighing and relocating
approximately 687 metric tons (MT) of antimony and 12,080 metric tons
(MT) of lead at the Fort Worth, TX, Depot. (Please add period of
performance here if known). This is a combined synopsis/solicitation
for Materials Handling prepared in accordance with the format in FAR
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. SPO833-98-B-0183 is issued as an Invitation For Bid (IFB). The
Solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-4. This is a
100% small business set-aside under Standard Industrial Classification
(SIC) code 8999. The small business size standard is $5 million. 1.
CLIN 0001 (Antimony)) -- The Contractor shall remove approximately 687
MT of antimony ingots from current block-stack storage in open area
115, transport to a Contractor furnished scale, and place the antimony
ingots on a scale adding or removing ingots as may be required to form
bundles having 29 ingots weighing approximately 1,780 lbs. The antimony
ingots measure 23 inches long, 4-1/2 inches wide and 3-3/4 inches
thick. The average weight of an antimony ingot is approximately 62 lbs.
The antimony to be banded and weighed is grade A RMM brand. Each bundle
will consist of the same brand. After the material has been weighed,
the contractor shall mark the top and side of each bundle with the
bundle weight and bundle number. The Contractor shall use a yellow
indelible ink pen to mark the bundles, then remove the weighed bundle
and securely band the bundle with three (3) 1-1/4 inch galvanized steel
bands and double crimp. Bands shall be placed in such a manner as to
prevent any ingots from slipping out of the bundle. All crimped clips
shall be treated with a lacquer base, zinc coating to prevent corrosion
at the clipped point. The Contractor shall place any broken pieces in
drums supplied by the government. The Contractor shall develop a tare
weight for the empty drums. When a drum is filled, the Contractor shall
number, weigh, seal and mark each drum with the weight of antimony,
tare weight of the drum, drum number, and brand of material. After
banding and crimping the contractor shall locate the completed bundle
to open area 115 for storage. The contractor shall develop the tare
weight for the banding and clips. Scales shall be tested and checked
weighed each morning and after lunch by the Contractor. The Contractor
shall utilize a contractor supplied certified commercial test weight
for 2,000 lbs. The average daily rate of production shall be 250
complete bundles (weighed, banded, and stored). 2. CLIN 0002 (Lead) --
The Contractor shall remove approximately 12,080 metric tons of lead
ingots from current blockstack storage in open area 115, place the lead
ingots on a scale, adding or removing ingotsas may be required to form
bundles weighing approximately one metric ton (2,204 lbs.) The
Contractor may be required to handle each ingot in order to build the
bundles. Only one brand and type of lead will be placed in the bundle.
The Contractor shall verify that the material is properly segregated
and only one brand of lead shall be placed onto a lift. No mixing of
brands shall be allowed (the number of pieces in a bundle will vary
according to brand). After material has been weighed and bundled, a
Government representative shall mark the weight on each bundle. The
Contractor shall remove the weighed bundle and securely band the bundle
with three, 1-1/4 inch galvanized steel bands and double crimp. Bands
are to be placed in such a way as to prevent any ingots from slipping
out of the bundle. All crimped clips will be treated with a lacquer
base, zinc coating to prevent corrosion at the clipped point. After
banding and crimping, the Contractor shall relocate the completed
bundles to open area 115 for storage. The average daily rate of
production will be 150 metric ton bundles, weighed, banded and stored.
The Contractor shall keep the scales free of ice, rain, snow, debris,
and any other foreign material that may affect scale operation and
accuracy. Contractor shall test and check weigh scales each morning and
afternoon after lunch. The Contractor shall utilize a contractor
furnished certified commercial test weight for 2,000 lbs. 3. Surface
oxidation occurs when lead is stored for long periods. The fine
particles of lead and lead compounds created by this oxidation may
become airborne during the material's movement and handling. Because
the potential exists to create occupational health problems
(ingestion/inhalation) during contact with these substances, the
Contractor shall comply with all safety requirements contained in the
Occupational Safety and Health Standards, 29 CFR 1910. To further
protect Contractor personnel from exposure to lead particles and lead
compounds, all personnel must wear full protective equipment at all
times. Before work may start, the Contractor shall submit to the
Contracting Officer for acceptance, proof that each of its employees
are certified and trained to wear respiratory protection equipment, and
a medical report that contains a copy of each employee's blood lead
levels. Once these submissions are accepted, the Contractor shall
provide all personnel with coveralls or similar full-body protective
clothing, head coverings, and gloves. Sleeves and pant cuffs must fit
snugly at the wrists and ankles. If protective clothing becomes ripped
or torn, it shall be replaced immediately. If cloth coveralls are
used, when soiled they shall be maintained and laundered in accordance
with 29 CFR 1910.1025. All Contractor personnel must wear respirators
with appropriate filters, safety shoes and safety glasses or goggles
when in the work areas. These requirements shall remain in place until
the required air monitoring is evaluated by the Contractor. The
Contractor shall perform this testing in accordance with 29 CFR
1910.1025. If the action level or permissible exposure limit is
exceeded, the Contractor shall continue to comply with requirements for
personnel protective equipment, training, medical surveillance, and
hygienic practices. If the Contractor determines that the requirements
for protective clothing and respiratory protection can be changed, it
shall provide a copy of its written determination to the Contracting
Officer along with the monitoring results. The Government will provide
the Contractor a copy of the Material Safety Data Sheet (MSDS) for
lead. The Contractor shall advise its personnel of the health and
safety hazards associated with the handling of lead ingots. Air
Monitoring Requirements- a minimum of five (5) days full shift (minimum
of 7 hours) monitoring under full scale operating conditions. The
Contractor shall conduct sampling on all designated positions. Accurate
records shall be maintained on the task and time the person being
sampled performs each task. Air sampling shall be conducted by a firm
qualified to perform air monitoring unless the Contractor has a
qualified Industrial Hygienist on its staff. This sampling shall be
conducted within one week of the commencement of full scale operations.
The Contractor shall provide results to the Contracting Officer within
one week after the samples are submitted to an approved laboratory for
analysis. Before beginning work the Contractor shall submit a clear and
concise Safety and Health Plan that clearly addresses all pertinent
requirements outlined in 29 CFR 1910.1025. Additionally, the Contractor
shall identify the laboratory to be used for analysis of samples taken
during the course of the contract. This laboratory shall be approved
by the National Institute of Standards and Technology's National
Voluntary Laboratory Accreditation Program (NVLAP). Copies of
laboratory analyses of samples shall be submitted to the Contracting
Officer immediately upon receipt by the Contractor. The Government may
during the course of this contract conduct air monitoring tests to
determine levels of airborne dust and lead which will require
Contractor employees to wear air monitoring equipment. The Contractor
shall ensure cooperation of its employees for such tests. If laboratory
analyses of air samples taken by either the Contractor or the
Government indicate that lead exposure exceeds limits established by 29
CFR 1910.1025, the Government reserves the right to cease operations in
those areas in order to protect workers from such exposure. Operations
may not resume until the Government determines the risk of exposure
has been adequately reduced. 4. For both CLINs -- Government shall
furnish 1-1/4 inch galvanized banding, clips for crimping, dunnage
lumber, and aluminum tags and drums for broken pieces. 5. For both
CLINs -- The Contractor shall provide all supplies, material and
equipment, not provided by the Government, that are necessary for the
performance of the work, including but not limited to: banding
equipment, crimpers, scale, indelible pens (yellow ink), zinc based
corrosive prevention, dumpsters, test weights and all necessary safety
materials and supplies, such as safety shoes (steel toes), safety
eyewear, full protective clothing and work gloves for employees;
decontamination facilities, portable toilet facilities, drinking water,
portable wash stations, and washing machine and dryer. 6. For both
CLINS -- The Government assumes no liability for any loss or damage to
Contractor's property. The Contractor shall at all times keep the work
area, including storage areas, free from accumulation of waste
materials. On a daily basis, the Contractor shall clean up all work
areas, and make sure they are free of any debris. Used and discarded
supplies and materials, including old banding material shall be
properly disposed of off-site at the Contractor's expense. 7. Hours of
operation at the GSA Federal Center, Ft. Worth, TX are 1200-1600 hours
Mon; 0730-1600 Tues-thurs and 0730 -1200 hours on Friday, excluding
holidays or weekends. 8. FAR 52.212-1, Instructions to
Offerors-Commercial (APR 1998) and FAR 52.212-4, Contract Terms and
Conditions-Commercial Items (APR 1998) apply to this IFB and any
resultant contract. Offerors shall include a completed copy of FAR
52.212-3, Offeror Representations and Certifications- Commercial Items
(JAN 1997) with its offer. FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial items
(APR 1998) applies to this IFB and any resultant contract. The
following FAR clauses cited in this clause are also applicable:
52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.228-5, 52.237-1, and
52.233-9000 (DLAD). A Prebid conference will be held August 12, 1998,
10:00 a.m. at the Fort Worth, TX. Depot. The Government contemplates
making a firm fixed-price award by CLIN unit price per metric ton to
the lowest, responsible offeror. Bids may be submitted to the above
address, C/O Bid Custodian, Suite 4616 (Mail) or Suite 4528
(Hand-Delivered) Telephonic, telegraphic or faxed bids will not be
accepted. Bids must be received by close of business 8/28/98. Questions
may be submitted to the Point of Contact named herein. Posted 06/24/98
(0175) Loren Data Corp. http://www.ld.com (SYN# 0099 19980626\S-0007.SOL)
S - Utilities and Housekeeping Services Index Page
|
|