Loren Data Corp.

'

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

D -- UXO CORROSION ANALYTICAL SERVICES

Notice Date
September 18, 2001
Contracting Office
GSA/FTS, 10850 Lincoln Trail, Fairview Heights, IL 62208-2039
ZIP Code
62208-2039
Solicitation Number
5TS5701C191
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 Analytical 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 (separate contract; outside the scope of this task); Laboratory sampling and analysis, including biological (the focus of this task); Database development (outside the scope of this task); UXO Corrosion Model development (outside this task); Regulatory review of this program (outside the scope 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 sub-sampling, UXO and soil analytical work, as well as microbial corrosion assessment, and provide input to and review for ongoing work regarding the investigation of UXO Corrosion. Requirements: The contractor shall provide the necessary personnel, facilities, materials, and scientific and technical expertise to coordinate, obtain and analyze soil and metal ordnance sub-samples and then prepare and report results of these analyses to the government. The contractor shall acquire metal and soil samples associated with sampling at a variety of Department of Defense ranges, by receipt through courier and/or travel to the site (depending on individual site requirements). Residual metal shall be sent back to the site of origin or recycled at an approved DoD metal recycler with receipts submitted as documentation of the action. The contractor shall perform cross sections, micron scale borings, pit measurements & counts, and scrapings for x-ray diffraction analysis and compare those to original metal ordnance configuration in order to analyze the degree and type of corrosion from approximately 200 ordnance items from approximately 6 sites. After submission of the first interim analytical report , which represents the results of the first 50 samples, the contractor shall not proceed with analytical work on the second 50 samples until notified to proceed. The contractor shall make necessary modifications to testing procedures, based upon written guidance from the government, the Project Implementer, and GSA ITR. The contractor shall perform the chemical and physical analyses on soil samples associated with specific ordnance to characterize the corrosivity of the soil. In specific, the following analyses shall be included: h Ba, Ca, Fe, Mg, Mn, Na V ICP h Alkalinity V EDTA Titration V (SM2320B) h Mercury Nitrate Titration -- (SM 2320 B) h pH meter V (ASTM D V1293) h Total Acidity h Resistivity (initial) Instrumental V ASTM D V 1125 h Resistivity (minimum) Instrumental V ASTM D -- 1125 h Sulfate V turbidimetric V ASTM D 4130 h Sulfide V Sulfide Ion Detector Tubes V API RP V 13B V 1 h Organic Acids V Back Titration Method V SM2320B modified h Moisture content V Oven Dry h Organic Content V Muffle Furnace h Soil Classification V ASTM h Porosity V by calculation or my measurement h Permeability V by calculation or by measurement There shall be 200 soil samples, one per ordnance item, to characterize the general corrosivity of the soil. The contractor shall provide input to and review Work Plans. In particular, the contractor shall provide laboratory procedures, data quality objectives and QA/QC regarding sample preparation, handling, and laboratory work. These shall be incorporated into a project level Work Plan, which the contractor shall then review. The contractor shall provide input to and review the final report, to include background, objective, technical approach, procedures, results, and conclusions. The final report (in MS Word for Windows 2000) shall contain all of the data, calibration runs, QA analyses, and discuss data collection techniques, and any and all data abnormalities (e.g. laboratory induced biases in the data.) The contractor shall prepare four (4) reports of the findings from analytical work: three interim reports of 50 samples each through the testing program and one at the end of the sampling program in the form of the final report. Interim reports shall contain primarily data, without significant text. 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: Proof of Sample Receipts and proof of Recycling; Work Plan Input: QA/QC, Sample Preparation, Handling, and Laboratory Procedures; Input to the Annual Report; Input to and Review Comments on the Final Report; Interim Analytical Results; 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. 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 5TS5701C191. 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 made 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/DSOL009.HTM (W-261 SN50X9H5)

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