Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

D -- UXO CORROSION INTEGRATION

Notice Date
September 18, 2001
Contracting Office
GSA/FTS, 10850 Lincoln Trail, Fairview Heights, IL 62208-2039
ZIP Code
62208-2039
Solicitation Number
5TS5701C215
Response Due
September 25, 2001
Point of Contact
Virginia Mueller (618) 398-4925/Mara Shultz (618) 398-4929
Description
The GSA/FTS, Region 5 is announcing its intent to procure UXO Corrosion Integration services. Background of this project: The 1998 Defense Science Board report estimated that 1500 different sites, encompassing 15 million acres of land, contain Department of Defense (DoD) unexploded ordnance (UXO). Contained within the soil, these intact munitions corrode at vastly varying rates. Depending on site-specific factors, the time to perforation or corrosion breakthrough can vary from 10 years to several thousand years. The UXO are comprised of high explosives. As EPA enforcement expands and the Range Rule is implemented, two fundamental questions arise: How fast do UXO corrode and what factors influence the corrosion rate? The work required for this task represents a first of its kind attempt to answer those questions. By sampling UXO under various environmental conditions, this work shall develop a useful UXO corrosion model as an important element in evaluating UXO environmental risk at U.S. military installations. The efforts of this task are part of a larger effort. This larger effort is composed of the following elements: Work plan development (Sampling Plan, QA/QC Plan, Health & Safety Plan), (outside this task); Field sampling at multiple DoD sites undergoing active clearance of ordnance (part of this task); Laboratory sampling and analysis, including biological (oversight in this task); Database development (part of this task); UXO Corrosion Model development (part of this task); Regulatory review of this program (part of this task); Reporting (part of this task). Testing to be conducted in this effort shall not include any UXO that is still explosively configured in any way, but shall include pieces of exploded munition bodies (range scrap) that represent the types of UXO that are found at individual military ranges. The objective of this task is to accomplish UXO metal corrosion field sampling, UXO corrosion model development, explosives transport model analysis, UXO and soil analytical work, microbial corrosion assessment, have regulatory and risk assessment review of the UXO work, and review ongoing work regarding the investigation of UXO Corrosion. Objectives. To accomplish UXO corrosion work plan development as it pertains only to sampling, corrosion field sampling, UXO corrosion model development, explosives transport model analysis, UXO and soil analytical work, microbial corrosion assessment, have regulatory and risk assessment review of the UXO work, and review ongoing work regarding the investigation of UXO Corrosion. Requirements: The contractor shall provide the necessary personnel, facilities, materials, and scientific and technical expertise to integrate, implement, and manage studies, samples, and analysis dealing with potential UXO corrosion issues. The contractor shall write and teach a UXO Corrosion sampling protocol to field personnel at each UXO sampling site and supply necessary sampling, field screening, and packaging for transport equipment to field personnel. The sampling protocol shall become part of a work plan (Health & Safety, and field QA/QC are outside the scope of this work). The contractor shall facilitate, coordinate, and provide resources to build a Microsoft Access database of UXO and soil parameters from the Strategic Environmental Research and Development Program (SERDP) designated sites (5-6 sites shall be chosen as part of the work plan development, which is outside the scope of this requirement). The Microsoft Access (version 2000) database must be compatible with Windows 2000 to facilitate its use by the DoD community. This database shall be compatible with no less than a Pentium 300 processor, 32 MB memory,1 GB hard disk, 24X CD ROM drive (minimum hardware requirement). The database shall contain the following fields at a minimum: sample IDs, photographs, UXO (orientation, depths, disposal information, perforation positions and depth distribution), all laboratory data (soil type, soil size classes, moisture content, Acidity, pH, resistivity, cation/anion concentrations, sulfate, sulfide, organic acids, organic content, porosity, permeability, metal x-ray diffraction, explosives concentrations, and biological (TBD by USAEC during work plan development). The contractor shall perform data reduction, analyzing data associations and trends, and write a UXO Data Analysis Report on both the corrosion parameters (photographs, UXO position within soil column, pit depths and distribution, scale composition, possible galvanic or stress effects, metal microscopic analysis), biological (to be decided by USAEC during work plan development), soil physical parameters, and soil chemistry parameters (listed below): h Ba, Ca, Fe, Mg, Mn, Na V ICP h Alkalinity -EDTA Titration -- SM 2320B h Mercury Nitrate Titration (SM 2320 B) h pH -meter -(ASTM D-1293) h Total Acidity h Resistivity (initial) Instrumental ASTM D1125 h Resistivity (minimum) Instrumental V ASTM D-1125 h Sulfate- turbidimetric V ASTM D-4130 h Sulfide VSulfide Ion Detector Tubes V API RP-13B-1 h Organic Acids V Back Titration Method V SM 2320 B modified h Moisture content V Oven Dry h Organic Content V Muffle Furnace h Particle Size Distribution V Sieve and Lazer methods h Soil Classification V ASTM h Porosity V by calculation or by measurement h Permeability V by calculation or by measurement A work plan (Sampling Pan, QA/QC, and Health & Safety Plan) shall be written and provided prior to the execution of sampling and execution and is outside the scope of this requirement. Unless permitted by the US Army Corps of Engineers, Huntsville, the contractor is not expected to physically sample the soil adjacent to the ordnance, but is expected to provide on-site instruction and guidance to those explosive ordnance specialists prior to and during sampling (where necessary). There shall be 200 soil samples, one per ordnance item, to characterize the general corrosivity of the soil. Although the UXO Data Analysis Report shall cover all 200 samples, the contractor shall provide brief written comments to the government when the first three sets of analytical results arrive in groups of fifty. These written comments shall be provided to the responsible analytical contractor through the government so that the analytical contractor may make necessary modifications to analytical procedures. The contractor shall facilitate, coordinate, and obtain resources to model the critical parameters involved in explosives transport out of a perforated UXO in the unsaturated zone. This modeling shall take place towards the mid point of the sampling program when approximately half of the data is available, so that realistic assumptions can be made as to placement, dimension, and configuration of perforations on ordnance (UXO). Simplified assumptions regarding soil properties and infiltration shall be made to assess the likelihood and degree to which energetic materials leave the confines of the ordnance (UXO). The contractor shall provide input to the annual report by submission of summary status to include background, objective, technical approach, results, findings, and achievements. Reports shall be submitted in electronic format (MS Word 2000). The contractor shall write the final report (MS Word 2000), to include background, objective, technical approach, procedures, results, and conclusions. The final report shall contain all of the data (field data from the US Army Corps of Engineers USACE and laboratory data from metals and soils, and modeling work), including calibration runs, QA analyses, and discuss data collection techniques, and any and all data abnormalities (e.g. laboratory induced biases in the data.) The USACE, the analytical contractor, and other project participants shall provide input to the contractor. It is the contractor s responsibility to integrate this information into a coherent report, documenting all the data collected during this project, as well as the successes and failures of this project. The contractor shall have the opportunity to provide comments and receive one round of changes from each of the project participants. The contractor shall solicit comments from the headquarters office of the Environmental Protection Agency on the final report and incorporate such comments as is agreed to by the USAEC The contractor shall receive four reports of the findings from analytical (outside contractor) and biological work (Naval Research Laboratory): three interim reports of 50 samples each (analytical) and three reports of 10 samples each (biological) through the testing program (over approximately 12 months) and one each, analytical and biological, at the end of the sampling program in the form of the final report. These interim reports shall contain primarily data, without significant text. The contractor shall review each of the interim reports. Upon review, the contractor shall submit comments and suggested revisions to sampling or laboratory methods to the USAEC. Upon USAEC s written concurrence with the suggested revisions, the contractor shall provide guidance to the outside analytical contractors. The contractor shall receive three interim and one final report indicating the status of the analytical modeling from the USAEC (generated by a separate, outside modeling contractor). These interim reports shall primarily contain the basis for the modeling, the analytical equations, a functional description of the model, program used, and how the user interface works. The first interim report shall also contain the Modeling Test Plan, indicating the type of acceptance testing that the model shall undergo, to ensure that it functions as intended. The final modeling report shall contain an update on the basis, analytical equations, functional description of the model, program used, and user interface. The final modeling report shall also have a UXO Corrosion Model User s Guide designed for the end user with functional information about model installation, key board instructions, data field descriptions, trouble shooting instructions and descriptions of program output. A copy of the operating model itself shall accompany the interim and final modeling reports, as well as the computer code, so that the contractor shall do a thorough analysis of the model. The contractor shall have the opportunity to review each of the interim reports as well as the final report. The contractor shall write a journal article for a peer-reviewed journal summarizing the main points culled from the sampling, analysis, and modeling efforts from this UXO corrosion work. The government will approve the journal chosen by the contractor before submission. The government will review this journal article and the contractor shall incorporate revisions before submission to the journal (revisions shall be limited to one round). The government reserves the rights to publish any and all data and information gathered through this effort, regardless of whether the chosen journal accepts and publishes the journal article submitted during this contract. The contractor shall have oversight and integration responsibility for the analytical work as well as the modeling work (both executed by other contractors). As modeling work and analytical work progresses, the contractor shall provide feedback to the government via telephone calls and through monthly Cost and Performance Reports, review of interim report indicating where problems arise with these outside contractors. The contractor shall provide guidance to these contractors where needed through telephone calls, site visits, and email, where appropriate. All guidance to outside contractors shall be documented in written format 48 hours prior to issuance and provided to both the government and GSA. It is particularly important that the contractor monitor the progress of modeling activities, such that they remain germane to the overall goals of this research program (e.g. laboratory work associated with this modeling program shall be kept to a minimum). If necessary, the contractor shall augment the analytical modeling efforts as an illustration or guidance to the modeling contractor. Items and Data to be Delivered: Items and Data shall be delivered in a format, media, and documentation acceptable to the client and ITR. Report: UXO Corrosion Sampling Protocol; UXO Database; UXO Data Analysis Report (all 200 samples and interim comments); UXO Corrosion Explosives-Transport Modeling Report; Input to the SERDP Annual Report; UXO Corrosion Final Report; Comments on Interim Analytical Results, Interim Field Results, and Interim Biological results (three of each for a total of nine);Comments on Analytical Modeling: three interim modeling and one final modeling work (four total); Peer Reviewed Journal Article submission; Trip Reports and Meeting Reports; Monthly Cost and Performance Reports. Expertise. The contractor is responsible for providing personnel with expertise in the following areas: h Project Management; h Laboratory QA/QC; h Laboratory Safety; h Soil Classification and Soil Properties Analysis; h Inductively Coupled Plasma- Mass Spectroscopy; h Chemical methods described above. h Metal Corrosion Macro and Microscopic analyses, to include micron scale borings, hardness, scale analysis (x-ray diffraction analysis), pit count and depth analyses. h Corrosion mechanisms and how they relate to ordnance manufacturing and materials h Ordnance configuration and disposal techniques h Technology Development, Testing, and Reporting h Development of new field sampling techniques h UXO Corrosion Work Plan development h Advective/diffusive transport mathematical modeling (chemistry and physics) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation shall not be issued. This solicitation is a Request for Quotation, reference Number 5TS5701C215. This RFQ document and incorporated provisions and clauses are those in effect through FAC 97-27. NAICS Code 541690, Other Scientific & Technical Consulting Services. This requirement is for a firm fixed price contract. This requirement is stated in detail above, however, a copy of the Statement of Work as a WORD document may be obtained by contacting Virginia Mueller, GSA/FTS Fairview Heights Office, 618-398-4925 or e-mail virginia.mueller@gsa.gov. Delivery and acceptance of all items shall be by the government program manager at USAEC, 5179 Hoadley Road, Aberdeen Proving Ground, MD 21010-5401. USAEC working in coordination with U.S. Army Corps of Engineers in Champaign, IL. Delivery of all items for this task shall be 540 days from task award. The place of performance shall be primarily at the contractor s facility with limited applicable travel approved as part of this task. FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Award shall be based on best value evaluation using criteria based on the following criteria in order of importance: past performance, technical approach, staffing plan, and cost. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- FAR 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Offers are due no later than 25 September 2001, 3:00 p.m., Central Time, to GSA/FTS, Mara E. Shultz, 10850 Lincoln Trail, Fairview Heights, IL 62208. E-Mail responses to virginia.mueller@gsa.gov are acceptable. Contact Virginia Mueller at (618) 398-4925 (voice) or Mara Shultz at (618) 398-4929 (voice) for information regarding this RFQ or fax (618) 398-4931.
Record
Loren Data Corp. 20010920/DSOL005.HTM (W-261 SN50X9K3)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com