SPECIAL NOTICE
99 -- Perform Decontamination of two rooms
- Notice Date
- 8/21/2003
- Notice Type
- Special Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- USA-SNOTE-030821-003
- Archive Date
- 10/20/2003
- Description
- NA The US Army Soldier System Center, Natick, MA, has a requirement to develop a Health & Safety plan with all necessary requirements in accordance with all Occupational Safety & Health Administration (OSHA), Resource Conservation and Recovery Act (RCRA), and Department of Transportation (DOT0 regulations for the decontamination of laboratory R216 thru R218 in the Research Building 3 at the US Army Soldier Systems Center Natick, MA. Analytical results indicate concentrations of metals (particularly lead, merc ury, arsenic and strontium) found inside abandoned duct and on surfaces above and below the ceiling in the rooms. Analytical results shall be provided. The contractor shall provide all material safety data sheets for chemicals brought onto the installati on to the ESHO. Isolate work area: from the building exterior and other portions of the bldg. Where existing walls, doors, windows or other such closure is missing, seal openings with polyethylene sheet at least 6 mil. In thickness, mechanically fasten in place and seal with duct tape and spray glue. Seal broken windows or other openings to the bldg. Exterior with 6 mil. Poly. Set up a decontamination area and install sufficient hepa filters to continuously maintain the work area at an air pressure tha t is lower than that in any surrounding space in the building. Vent hepa filter units outside of the building. All work shall be performed under level C protection with personal pumps. Using an appropriate decontamination solution, wipe down all pieces of equipment that can be removed from the laboratory, remove the decontaminated equipment from the lab to a designated area that will be determined by Soldier Systems Center (SSC). Remove the metal pan ceiling, associated grid, and fiberglass insulation a nd light fixtures and place them into DOT approved flex-bin containers. (power to light fixtures will be disconnected by SSC). Access abandoned duct through existing openings and using a hepa vacuum remove the heavy debris from interior of duct, remove i n sections and place in flex bin. Also hepa vac area above ceiling and below concrete slab and wipe down this area using appropriate decontamination solution. Wipe down all walls, cabinets, shelves, benches, windows, floors and all remaining equipment in lab using an appropriate decontamination solution and place waste into DOT approved containers. All waste including ceiling, grid, insulation, light fixtures, ductwork and all materials used for decontamination shall be transported and disposed of at an approved facility. Upon completion of work all pertinent paperwork will be given to SSC. After ceiling demo and initial decontamination of entire room and remaining contents SSC shall hire an independent contractor to take wipe samples from the same areas as the initial sam ples to assess the effectiveness of the decontamination. Pending analytical results decontamination procedures shall be repeated until non-detect levels are achieved. This is a synopsis for commercial services prepared in accordance with a format in Fe deral Acquisition Regulation as supplemented with additional information included in this notice. The requisition number for this acquisition is W91A2K-3230-2002. This acquisition is a one hundred percent (100%) Small Business Set-Aside. The North Ameri can Industry Classification System (NAICS) code is 562112. The Standard Industrial Classification (SIC) Code is 1799 and the Small Business Size Standard is 7.0 million. The Government anticipates awarding one (1) firm-fixed-price purchase order utilizin g simplified acquisition procedures in accordance with FAR Subpart 13.5--Test Program for Certain Commercial Items. The following FAR & DFAR Clauses are incorporated 52.212-1; 52.212-3; 52.212-4; 52.212-5;52.219-14;52.222-19;52.222-21;52.222-16;52.222-35 ;52.222-36;52.222-37;52.222-41;52.222-42;52.225-1;52.225-13;52.225-15;52.232-33;52.252-1;52.252-2;252.204-7004;252.212-7000;252.212-7001;25 2.225-7001. All services are to be performed on-site at the U.S. Army Soldier Systems Center, Kansas Street, Natick, MA. Services shall be F.O.B. Destination and inspection and acceptance shall be at destination by the cognizant receiving authority. . Award will be made to the lowest priced offer. No questions will be taken over the phone. All questions must be directed to Ms. Roberta Boswell, Contract Specialist, at Roberta.Boswell@natick.army.mil. All quotations must be received (facsimile quote s will be accepted) via mail no later than 01 September 2003 at 3:30 p.m. local time. See Note 1.
- Web Link
-
http://www3.natick.army.mil
(http://www3.natick.army.mil)
- Record
- SN00408910-W 20030823/030821213914 (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 |