Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

J -- New Statement of Work Question from 17 August 2010 Site Visit

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Augusta VA Medical Center;Network Logistics Contracting Office;1 Freedom Way;Augusta GA 30904-6285
 
ZIP Code
30904-6285
 
Solicitation Number
VA24710RQ0252
 
Response Due
8/23/2010
 
Archive Date
9/22/2010
 
Point of Contact
Iridious T. Ruise
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT CONCRETE CISTERN CLOSURE, DEMOLITION, REMOVAL & SOIL REPLACEMENT The Central Alabama Veterans Health Care System (CAVHCS) intends to permanently close a 200,000 gallon concrete cistern at the Tuskegee, Alabama campus. The cistern was used for part of its active life for the storage of petroleum products. Although CAVHCS did assess the potential for soil and/or groundwater impact from the cistern (and received concurrence from the Alabama Department of Environmental Management (ADEM) that no further actions would be required at that time), the potential to encounter petroleum contaminated soils immediately adjacent to the cistern is a real possibility. The contractor shall provide a staff geologist to oversee the demolition of the cistern and collect samples of the soil to determine whether or not additional actions are required by regulation. The following tasks will be conducted by the contractor: 1. Contractor shall provide a project manager/geologist to oversee the entire project, to document actions taken, and to prepare a report for review and consideration by CAVHCS. 2. During removal of the concrete, contractor's geologist will make visual and olfactory observations of the native soil. If there are no indications of impact to the native soil, a total of six confirmatory soil samples will be collected for analysis of Total Petroleum Hydrocarbons - Diesel Range Organics (TPH-DRO) and Polynuclear Aromatic Hydrocarbons (PAHs), if necessary. Four of these samples will be collected from the sides of the excavation and two will be collected from the base of the excavation. 3. If observations indicate a possible release of petroleum hydrocarbons, samples will be collected on a grid pattern to be determined in the field based on the nature of the release. However, it is not anticipated that more than 20 discrete soil samples will be collected for analysis of TPH-DRO and PAH. 4. If groundwater is encountered within 5 feet of the base of the excavation, contractor will collect a grab sample of groundwater for analysis of PAH. 5. All soil samples will be collected, containerized, and shipped in accordance with the Alabama Environmental Investigation and Remediation Guidance (AEIRG), to an approved laboratory for analyses listed above. 6. Upon completion of the project, contractor will prepare a detailed report of site activities along with supporting documentation. Contractor shall provide all labor, materials, transportation and equipment to demolish the above referenced, cistern, sample building and adjacent well. All work will be performed utilizing excavators with demolition attachments. All debris/concrete will be broken into manageable pieces and loaded into transport units via excavator with grapple or bucket attachment. All trucks will be loaded on the street immediately adjacent to the work area. A traffic control person will be used during all loading activities. All oil contaminated debris/concrete removed will be transported to a Subtitle D Landfill for disposal under a closed loop manifest system. Backfilling of the excavated area will be provided, with clean soil being placed in 12" lifts and compacted to 98%. Top soil and seeding will be provided inclusive of the use of a CAVHCS approved seed mix. All temporary fencing required will be installed and maintained during the project as well as removed upon completion. Additionally demolition of Building 43 (small chlorinator house) and the adjoining plumbing vault shall be included as part of this proposal. All work shall be coordinated through CAVHCS GEMS Coordinator. REPORTING: Prior to beginning work at CAVHCS, contractor shall obtain a temporary work identification badge from Police Service. All services will be performed during normal working hours, the Contractor must report to the GEMS Coordinator, B68room61 (telephone ext. 3707), to report/sign-in. Contract personnel shall wear their identification badge at all times while on station. After all work is completed, the contractor must again report to the GEMS Coordinator, B68room61, to submit all generator copies of manifests, soil analysis findings, and other related paperwork as required. The GEMS Coordinator or her designee must verify that all work has been completed to their satisfaction before contractor leaves the facility. Contractor will leave the ID badge with Police Service personnel upon leaving the facility. Both the check-in and check-out procedures defined above are mandatory and will be strictly enforced. NOTE: Payment of invoices may be delayed if the appropriate reports, drawings, and plans are not properly completed and submitted to the GEMS Coordinator as required above. ADDITIONAL TERMS AND CONDITIONS: 1.For the purpose of this proposal CAVHCS has estimated demolishing a 55 foot in diameter by 14 foot deep round concrete cistern and assuming no more than 960 tons of waste being generated. An additional 4 feet of soil is estimated to need removal/remediation underneath the cistern. If contamination is discovered beyond this depth, contract modifications will have to be made to include addition work at that time. 2.Estimated project duration, subject to the receipt of a notice to proceed and ADEM profile approval, is eight (8) to ten (10) work days. 3.For the purpose of this proposal, Contractor will work with CAVHCS to ensure that all utilities have been or will be disconnected in coordination with the local utility board(s) and the CAVHCS Engineering Service. 4.The disposal of all debris, materials, and soil is subject to the receipt and approval of all required waste profile sheets (WPS) and their confirmation of pricing by the chosen treatment, storage, or disposal facility (TSDF). Contractor shall also include any applicable state or federal disposal taxes or surcharges for off spec waste material in their proposal. 5.The CAVHCS will be responsible for the identifying the location of all underground utilities at the facility. The contractor will attempt to prevent damage to same on a best efforts basis and will be responsible for damage that may result from damage due to negligence. 6.Building 43 (small chlorinator house) and the adjoining plumbing vault shall be included for demolition in this project. Plumbing vault contains abandoned water pipes and a sump pump which will be disconnected. Water pipes supplying active fire hydrant shall remain intact. Metal pipes shall be sealed by welding a metal cap to the end of the pipe, rendering it impervious to water. Existing paint present on building 43 is assumed to be lead containing paint and shall be disposed of according to EPA & ADEM regulations. All construction debris generated from such demolition shall become property of the contractor and removed from the facility grounds. 7.All clean spoils removed from the excavation that is not contaminated and will be utilized as backfill. 8.No free liquids are known to be present in the concrete cistern at this time. 9.Erosion Plan: A temporary fabric "silk" fence buried 3 inches into the ground shall be installed around the cistern and remain in place during demolition. Straw bales shall be also be added along the bottom of this fence and shall encircle the cistern during demolition in order to capture any contaminated water runoff during a rain event. At the end of the project, the contractor shall remove all fencing materials and straw bales from the facility. Contractor shall remove erosion controls and restore and stabilize areas disturbed during removal. 10.The CAVHCS will assure that access and egress to the site is maintained throughout the duration of the project. 11.A temporary chain link fence shall be installed by the contractor around the construction area and secured by a lock device daily after work hours in order to prevent human intrusion in to the demolition site. This fence shall be removed by the contractor and removed from the facility grounds upon project completion. The chain link fence shall be at least six (6) feet tall with a locking gate. Access into this construction area shall be limited to the CO, COTR, CAVHCS Safety Service, and contract personnel assigned to this project by contract. 12.Should the contractor be delayed for any reason outside their control, standby charges may be assessed for every day of delay with equipment on site. PERFORMANCE: Competent personnel who are experienced and qualified to perform geological sampling and testing must perform stated work. All work performed shall be accomplished in accordance with EPA, ADEM, and OSHA regulations including, but not limited to, visual assessments, sampling procedures, sample testing, disposal, etc., required to perform contaminated soil and debris removal and disposal. HOURS OF WORK: This contract is a onetime service contract to include all necessary site visits, five (5) days per week, between the hours of 8:00 AM and 4:00 PM, Monday through Friday, Federal Holidays excluded. FAILING TO RESPOND: For failure to appear to scheduled site visits within twenty-four (24) hours after notification by the Contracting Officer's Technical Representative (COTR), a deduction of 1/10th of the lump sum amount of this contract will be taken for each day the work is delayed. Furthermore, failure to perform any of the services set forth in this contract will be considered for invoking provisions of Default. SAFETY STANDARDS: The contractor shall meet or exceed all safety procedures as defined by ADEM, EPA, and OSHA during site visits to CAVHCS. This job may involve trenching and/or confined space activities during excavation, demolition and removal of the cistern. Therefore the OSHA trenching standard, in the Code of Federal Regulations: 29 CFR 1926.650, 651, & 652 and the confined space standard 29 CFR 1910.146 shall be strictly adhered to by contract personnel and all persons involved in this aspect of the job. In addition, the contractor shall read, accept and sign acknowledgement of the CAVHCS Safety Manual prior to beginning work. Contractor shall provide all necessary Personal Protection Equipment (PPE) to all their personnel during the performance of this work at CAVHCS. These standards are strictly enforced. Any contractor employee not meeting these standards shall be considered "unacceptable" until such time as they meet the standards. The contractor shall maintain at least one individual on site that possesses the OSHA 30-hour Construction Safety & Health card. All other contractor's employees must possess the OSHA 10-hour Construction Safety & Health card. All work will be subject to inspection by CAVHCS Safety Management Service personnel to verify compliance with these standards. AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any work of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or work under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate this contract upon thirty (30) days written notice to the Contractor with payment to be prorated. SUBCONTRACTING: Subcontracting will be permitted as long as the subcontractor's employees meet the Safety Standards listed above and possess valid credentials to perform geological surveys, inspection, and soil sampling as defined by EPA and ADEM which meet their requirements. EQUIPMENT: The CAVHCS will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. PERFORMANCE CONFERENCE: If appropriate, the Contracting Officer will schedule a performance conference for contract orientation purposes with the Contractor receiving award. SPECIAL CONTRACT REQUIREMENTS CONTRACTOR SUBMITTALS: Within fifteen calendar days after award date, but not later than 30 days after the physical performance of the cistern demolition and removal, the Contractor will furnish two (2) copies of the soil sampling reports to include AutoCAD drawings of the sampled areas on CD to the GEMS Coordinator. These reports are required by the Government to meet the Department of Veterans Affairs requirements for facilities and must be received before any invoice can be certified for payment. BIDDER'S QUALIFICATIONS: The Bidder is required to submit sufficient evidence of adequate equipment, facilities, personnel, credentialing and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any bidder, who does not have adequate experience, personnel, credentialing and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information. Number of years experience performing the type of services indicated within: Number of personnel regularly employed on a full-time basis: (c) Bidders who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished. ORDERS: The Contractor's employees will report to the office of the Contracting Officer's Technical Representative (COTR) prior to start of work and after completing the services required during this job. Services to be rendered will be directed by the COTR and any changes must receive concurrence of the Contracting Officer and/or the COTR. THE SOLICITATION This solicitation adheres to the format defined in FAR 12.303 for the acquisition of commercial services. TYPE OF CONTRACT The Department of Veterans Affairs Medical Center (DVAMC) anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. HAZARD COMMUNICATION STATEMENT: 1. As a vendor, supplier, and/or contractor under contract to the CAVHCS for the purpose delineated in the subject contract, you should be aware of this facility's hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Engineering Service, Environmental Management Service, Dental Service, Acquisition & Material Management Service, Radiology Service, Laboratory Service, Dietetic Service and Fire Department Service. 2. It is the responsibility of each Contractor to familiarize himself with the specific area(s) in which his contract requires him to work. This shall include the Contractor introducing himself to the exposure zone supervisor. The Contractor may obtain from the exposure zone supervisor the nature of the on-going CAVHCS work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone. 3. It is also the responsibility of each Contractor to meet certain criteria. These include: a. Prior to the beginning of any contract, provide the Contracting Officer's Technical Representative (COTR) with a complete list of all chemicals to be used by the Contractor on the facility premises. Appropriate MSDS shall accompany the list of chemicals. The COTR shall forward a copy of this list and the MSDS to the CAVHCS Industrial Hygienist (001S). b. The Contractor shall ensure that all chemical containers are properly labeled, and MSDS for each chemical shall be available on the CAVHCS premises. The senior representative of the Contractor at this facility shall maintain MSDS. c. Protective equipment for Contractor personnel shall be the responsibility of the Contractor. d. All other DVA and OSHA regulations shall apply as appropriate. 4. In compliance with paragraphs 2. and 3. above, it shall be the responsibility of the Contractor to convey to his subordinate personnel and sub-contractors the appropriate information regarding hazard communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24710RQ0252/listing.html)
 
Record
SN02245876-W 20100820/100819000032-96507760bd51aefc275d194588214b25 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.