Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125

DLA, 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# 0101 19980626\S-0009.SOL)


S - Utilities and Housekeeping Services Index Page