MODIFICATION
F -- Underground Storage Tank (UST) Characterization, Bldg 2513
- Notice Date
- 4/28/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- F0260103Q0144
- Response Due
- 5/7/2003
- Archive Date
- 5/22/2003
- Point of Contact
- Dan Thelen, Contract Specialist, Phone 520-228-5405, Fax 520-228-5462,
- E-Mail Address
-
daniel.thelen@dm.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation F0260103Q0144 is being issued as a request for quotation. (iii) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-13. (iv) This requirement is being synopsized as a small business set-aside under standard industrial classification code 4959, NAICS code 562910, small business size standard of 500 employees. (v) CLIN one is for services listed in vi. (vi) Please propose for the following services: 1. Furnish all management, supervision, labor, tools, transportation, materials, supplies, and equipment necessary to conduct site characterization at former underground storage tank (UST) locations at the Army and Air Force Exchange (AAFES) service station, building 2513. The site characterization should define the extent of vertical soil contamination in accordance with Arizona Department of Environmental Quality (ADEQ) requirements. 2. Review documents from a previous site investigation to further define contamination from Leaking Underground Storage Tanks (LUST). The Contractor must be an ADEQ pre-qualified consultant for site characterization work. Perform the site assessments and assemble the lab sample analysis in a report that meets the LUST case closure regulations. 3. In January 2003, four 10,000 gallon underground storage tanks and associated dispensers were excavated and removed from building 2513. An initial assessment report is available for review. Results of the initial assessment indicates total petroleum hydrocarbon (TPH) soil contamination determined using Arizona Department of Environmental Quality methods 8260 and 8310, extending to a depth of at least 14 feet below grade surface (bgs) at the UST locations and two to three feet bgs at pipeline and dispenser locations. The total vertical and lateral extent of TPH soil contamination was not determined during the initial assessment. Sampling for lateral extent soil contamination is not required because soil analysis shows contamination well below the Residential Soil Remediation Standards. 4. The purpose of this project is to delineate the vertical limits of detectable soil contamination. The Contractor shall provide a mobile lab and qualified personnel to screen for petroleum contamination who shall be on site and responsible for all soil boring and sampling activities. 5. The Contractor shall drill five (5) soil borings. These borings shall be drilled to a depth of 25 feet below grade (bg) or 10 feet below grade based on the grade of the last field-detected contamination. Placement of borings should be determined based on information in the initial assessment report and as required by the ADEQ follow-up report. Borings may have to be extended if field observations detect contamination. The Contractor will not drill beyond a depth of 25 feet unless given approval by the Government representative. All borings are to be backfilled with fresh soil by the Contractor. Bore 1: Lust File# 0128.33 ? Former UST #3, bore to 25 feet bgs Bore 2: Lust File# 0128.34 ? Dispenser #1, bore to 10 feet bgs Bore 3: Lust File# 0128.35 ? Dispenser #2, bore to 10 feet bgs Bore 4: Lust File# 0128.36 ? Dispenser #4, bore to 10 feet bgs Bore 5: Lust File# 0128.37 ? Product line/ elbow #8, bore to 10 ft bgs. 6. Sample Collection: All samples will be field-screened for the presence of organic vapors. Samples will be collected in accordance with Arizona Administrative Code for UST Closure. 7. Sample Analysis: A total of five (5) soil samples will be submitted to an Arizona state-certified laboratory and analyzed for the presence of Total Petroleum Hydrocarbons using ADEQ method 8310 for polycyclic aromatic hydrocarbons (PAH) and method 8260 for volatile organic compounds (VOC). If initial borings show field detection, then the borings will extend in 5 foot increments until no detection, for example, 10, 15, 20, and 25 feet bg. If borings are drilled beyond 25 feet bg, the contracting officer representative will determine which samples are to be analyzed based upon boring logs and field organic vapor readings, and if any additional samples are necessary. 8. Prepare and submit required reports to Base Environmental Flight, 355 CES/CEV. The reports shall be submitted in draft form for review, and revisions made as directed by the Government representative. All reports shall be prepared in accordance with ADEQ Guidance Document "LUST Site Characterization Report Checklist". 9. Sample and analyze for contamination in accordance with ADEQ case closure procedures. Sampling will be done to a depth of no detection of contamination. Upon completion of all site activities, return the site to pre-construction condition. Submit a Site Closure Report within twenty one (21) calendar days of completing all fieldwork and receipt of all analytical results. Ensure the report meets the standards set forth in the Arizona Administrative Code (AAC) R18-12-263.03 (D). 10. Soil cuttings are to be placed in 55-gallon drums (provided by the Contractor) and labeled with the boring numbers and depth intervals. The Government will dispose of filled drums. The Contractor will dispose of rinsate off base in accordance with all Federal, State, and/or local regulations. Following completion of the project, any trash, debris, and excess grout generated by the project is to be removed by the Contractor. 11. Obtain all necessary Federal, State and/or local environmental permits, licenses and/or certificates required to perform and complete the work. Documentation shall be available for Government inspection. 12. Attend a pre-construction conference before the start of fieldwork. A work plan defining the Contractor's proposed methods to accomplish all fieldwork shall be submitted to the Government a minimum of two weeks before initiation of fieldwork. This plan shall include at a minimum, the Contractor's methods, equipment, and procedures for carrying out all fieldwork including drilling, soil sampling, and decontamination procedures. 13. All activities shall be conducted in compliance with all Federal, State and local environmental laws, statutes and regulations. 14. Complete all work within thirty (30) days after pre-performance conference. 15. A pre-proposal conference will be conducted at the 355th Contracting Squadron, 3180 S. Craycroft Road, Davis-Monthan AFB, Tucson, AZ on 30 April 2003 at 9:00 a.m. for the purpose of answering questions and visiting the work site regarding this solicitation. Submit the names of all attendees to Dan Thelen by 3:00 p.m. on 29 April 2003. This information must be provided in advance to ensure access to the base and adequate seating for the attendees. Telephone (520) 228-5405 or email requests to daniel.thelen@dm.af.mil. (vii) Place of delivery is Davis-Monthan AFB, Tucson, AZ 85707. FOB point is destination. (viii) Provision 52.212.1, Instruction to Offerors-Commercial Items applies. (ix) Provision 52.212.2, Evaluation of Commercial Items applies. Proposal will be evaluated on price. (x) Offers are required to submit a completed copy of 52.212.3, Offerors Representations and Certifications-Commercial Items with their offer. (xi) Clause 52.212.4, Contract Terms and Conditions-Commercial Items applies. (xii) Clause 52.212.5, Contract Terms and Condition-Commercial items applies. (xiii) N/A. (xiv) N/A. (xv) N/A. (xvi) Offers are due to the 355th Contracting Squadron, 3180 S. Craycroft Road, Davis-Monthan AFB, AZ 85707, by 7 May 2003, 4 p.m. local time. (xvi) Point of contact is Dan Thelen, (520) 228-5405, daniel.thelen@dm.af.mil or alternate Archie Perry (520) 228-2213.
- Place of Performance
- Address: Building 2513, Davis-Monthan AFB, AZ
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN00313397-W 20030430/030428213413 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |