|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1998 PSA#20273 Contracting Squadron, 6920 12th Street, Elmendorf AFB, Alaska
99506-2570 J -- LEAD MINING AND FILTER REPLACEMENT OF FIRING RANGES SOL
F56601-98QM0061 DUE 021298 POC Point of Contact: TSGT TRAMP,
CONTRACTING OFFICER; DIANE FERGUSON, CONTRACTING SPECIALIST,
(907)552-7544. WEB: none, none. E-MAIL: 3rd Contracting Squadron
Elmendorf AFB AK, FergusonD@Elmendorf.af.mil. 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. The Request for Quote (RFQ) = is F6550198QM0061.
The provisions and clauses incorporated are those in Federal
Acquisition Circular 90-46, and it has a standard industrial code(SIC)
of 7699. The services required by this SOW include contractor
furnished labor, supervision, transportation, tools, equipment and
materials necessary to remove the bullet residue (lead) from the
collection area (backstop) of the indoor firing ranges, Building =
22-012, on a regular basis (every month) from 16 February 1998 to 30
September 1998. TECHNICAL PROCEDURES: Provide labor and materials to
perform the following tasks. Enclose the backstop area and provide
engineering controls as needed to prevent lead dust contamination of
the = surrounding area. Sift out lead bullets and fragments from the
collection = containers at the bottom of the back wall and send to
DRMO, Building 34-600, for turn-in as recyclable material IAW current
3rd Wing OPLAN 19-3, state and federal guidelines. Contractor shall
containerize the lead bullets and fragments separately from the lead
dust. The contractor shall remove lead dust from the same containers
and containerize as Hazardous Material. Contractor is responsible for
completing all turn-in documentation . Remove lead dust from the floor
between the backstop and back wall and containerize as "Hazardous
Waste (Lead)". Contractor shall also separate lead bullets and
fragments and containerize for turn-in at DRMO as described above.
Remove lead dust and bullet fragments from water pipes/heating units.
Materials shall be containerized and labeled as hazardous waste. Remove
lead dust, bullet fragments and all range floor debris from the firing
range floor from the wall rear of the firing line to include the
backstop to the rear of the target line. Contractor shall separate lead
bullets and fragments and containerize for turn-in as described above.
Vacuum the firing range floor from the wall rear of the firing line to
the backstop rear of the target line with a HEPA vacuum then wipe down
the walls and target retrieval system to remove lead dust. It will be
the contractor's responsibility to provide the necessary containers
and labels to package all debris removed from the backstop area in
accordance with the 3rd Wing OPLAN 19-3. All lead parts that are =
larger than 1/8" shall be separated and containerized separately.
Transport = the containers, except the 1/8" or larger lead containers,
to the Elmendorf AFB Hazardous Waste Treatment, Storage, and Disposal
(TSD) (Building 22-009) and in-process the material. The contractor
will be required = to certify the containers and complete the necessary
paperwork to transfer custody of the material to hazardous waste
personnel. Hazardous waste personnel will not accept custody of the
material unless the containers are properly packaged and labeled. The
1/8" or larger lead containers shall be transported to DRMO, Building
34-600, for recycling turn-in. Contractor shall schedule with DRMO and
provide all necessary documents for the turn-in. The contractor shall
turn in all Hazardous Waste generated to the Elmendorf AFB TSD on the
same day it was containerized unless otherwise approved by the
Contracting Officer Ensure employees follow all applicable State,
Federal and local Safety and Health Standards. Provide for medical
surveillance of employees, air = sampling, and respiratory protection
in accordance with 04.0304 of Article 4, Occupational Health and
Environmental Control Code, Alaska Occupational Safety and Health
Standards (lead). The contractor shall submit the Lead Work Plan
required by 29 CFR 1926.62 to the contracting officer = for approval
prior to contract start. In addition to meeting all = applicable
requirements specified in 29 CFR 1926.62, thisplan shall also address
hazardous waste sampling and disposal, lead training for workers,
requirements for medical examinations, background and clearance dust
wipe sampling, and visual inspection following work. Work shall not
proceed until this plan is approved by the contracting officer or
designated representative. The contractor shall minimize exposure to
lead and the release of lead dust. The contractor shall use tools
equipped with High Efficiency Particulate Air (HEPA) vacuum systems to
collect dust and wet methods to minimize generation of lead dust.
Provide all necessary training and personal protective equipment to
employees and ensure employees use adequate PPE during all phases of =
the operation.. Provide other equipment, materials, and controls as
needed to ensure that people who are not involved in the clean up are
not exposed to lead dust released by the operation. Ensure that all
lead contaminated waste such as rags, plastic sheeting, etc., are
disposed = of properly as hazardous waste. Inspect hardware (rear
bullet backstop, nuts, and bolts) in bullet containment room and adjust
if necessary (tighten the bolts). Lubricate the backstop with 30 weight
oil per appropriate manufacturer's recommendation.Filters shall be
replaced BI-monthly. No suitable substitutes allowed. Provide the
following filters: a. Filter Replacement: 24 filters required
BI-monthly. Gasket on sides of the filter running parallel to the media
24 gage galvanized aluminum/99.97% efficiency. Manufacturer/Model:
Northland 2000 HEPA filter with a single header (main filter)
Dimension: 23-3/8" x 23-3/8" x 11-1/2" b. Filter Replacement: 24
filters required each quarter Manufacturer/Model: FARRD Rigid Cotton
(pre-filter Dimension: 24" x 24" x 2" )Vacuum the filter services and
maintenance room area semi-annually with a HEAP vacuum and then wipe
down the area with a Trisodium Phosphate solution to reduce surface
lead contamination levels. The contractor shall take representative
swipe samples to determine levels of lead remaining and report this to
the contracting officer, send one copy to each 3SFS/SFTC 22-012 Maple
Street Elmendorf AFB, Alaska 99506, Environmental 22-041 Maple Street
Elmendorf AFB, Alaska 99506 and 3CONS 6-920 12th Street Elmendorf AFB,
Alaska 99506. Work Schedule:. The duration of this contract is 16 Feb
98 to 30 Sep 98. Lead mining shall be completed in one working day
monthly. The time limit for each operation shall be three (3) working
days from the beginning of the operation until the waste containers are
removed and the range must be ready for use the following day. Work
shall commence the second Thursday of the month for lead mining and
work shall be completed in one working day. Filter replacement will be
completed the same day but on a BI-monthly basis. The filter services
and = maintenance room areas will also be completed on this day but on
a semi-annual basis. Contractor shall verify schedule with the Combat
Arms personnel and make any specific changes two months prior to
contracted services. It shall be thecontractor's responsibility to
coordinate in advance to ensure that range personnel and Elmendorf AFB
TSD personnel will be on duty during the hours that lead removal
operation is in progress. EMERGENCY SERVICES: In the event of an
emergency response such as a natural disaster the contractor shall
provide the following service: Respond within four (4) hours of the
requests to seal off all ventilation vents on the exterior of the
firing range to prevent volcanic ash from contaminating the system.
Replace filters in between scheduled BI-monthly removal/replacement
service. Remove volcanic residue from building top to prevent filter
contamination when range operation resumes. Emergency service over
$2500.00 will be separately priced, negotiated and awarded. Payment of
the emergency services = under $2500.00 will be via impact card.
BACKGROUND SAMPLING: The contractor shall conduct background surface
wipe sampling outside the work area as described in U.S. Department of
Housing and Urban Development (HUD) Guidelines for the Evaluation and
Control of Lead-Based Paint Hazards = in Housing, June 1995 (hereafter
referred to as HUD Guidelines) to determine the initial level of lead
dust present prior to the start of lead work. CLEARANCE SAMPLING: The
contractor shall conduct a = thorough inspection of the work and areas
adjacent to work area following the work to ensure clean-up is
complete and that no lead dust hazard has been created outside the work
area. The contracting officer's representative shall be given the
opportunity to participate in the visual inspection. Following the
visual inspection, the contractor shall conduct clearance wipe
samplings for lead dust outside the work area to ensure adjacent areas
have not been contaminated. Any contamination will be cleaned at the
contractors expense until lead = dust levels are below background
levels established during background sampling. CONTRACTOR SUPPLIED
REPORTS -- All reports shall be signed by a competent person in charge
and senior management representative. Contractor shall submit a lead
work plan. Written exposure assessment demonstrating compliance with
all the requirements in 29 CFR 1926.62, paragraph (d), Exposure
assessment will be submitted. Copies of all applicable exposure
monitoring records will also be provided. These records will include
all the information identified in 29 CFR 11926.62, paragraph (b) record
keeping Visual inspection following work signed by competent person in
charge and contracting officer's representative = that participated in
the visual inspection. Clearance dust wipe sampling results reviewed.
Certificate from the contractor stating that based on visual
inspection, clearance sampling and good work practices, no known lead
contamination from the project remains and the work area is suitable
for occupancy. INVOICE PROCEDURES: Each invoice should contain the
following information and be routed : 3SFS/SFTC 22-012 = Maple Street
Elmendorf AFB, Alaska 99506-3240 a. Date of service b. One signed copy
of each service slip shall be attached to the contractor's invoice. c.
Copies of receipts for replacement parts purchased by the contractor
shall accompany each invoice (if applicable). = RESPONSIBILITY OF
CONTRACTOR FOR GOVERNMENT PROPERTY: The contractor assumes full
responsibility and shall identify to the government any and all loss =
or damage of whatsoever kind and nature to any and all government
property including equipment, supplies, accessories, or parts furnished
while in custody and care for storage, repairs, or services to be
performed = under terms of this contract, resulting in whole or in part
from the = negligent act or omissions of the contractor, any
subcontractor or employee, = agent or representative of the contractor
or subcontractor. The contracting officer must be notified by the
contractor prior to the removal of any government-owned property from
Elmendorf Air Force Base, Alaska. All equipment removed from this
installation will be accounted for on a = hand receipt (AF Form 1297)
with a copy to the contracting officer. The following provisions apply
52.212-1, Instructions to Offerors, Commercial Applies to this
acquisition and any addenda 52.212-3, Advising Offerors to include a
completed copy of representation and certifications-commercial items
with offer, 52-212-4, Contract terms = and Conditions-Commercial items,
applies to and a statement regarding any addenda to clause, and
52.212-5, Contract terms and conditions required to implement statues
or executive orders- Commercial items, applies to this acquisition.
Faxed quotes will be received no later than 12 Feb 98. To 3 RD
Contracting Squadron Attn:Diane Ferguson, Contracting Specialist at (
907) 552-7496. (0034) Loren Data Corp. http://www.ld.com (SYN# 0027 19980206\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|